Back to Blog
67f2cda1940b0e041679b2f6

DoT CCTV Tender 2025: ₹21 Cr Sanchar Bhawan Security Upgrade

TenderDekho Research Team
18 October 2025
47 min read
0
Share:
#dot-cctv-tender #ministry-communications-tender #21-crore-tender #delhi-government-tender #sanchar-bhawan-security #cpsu-tender-opportunity #surveillance-system-procurement #make-in-india-cctv #stqc-certified-cameras #integrated-security-tender #5-year-camc-contract #2025-government-tender #onvif-compatible-cameras #ppp-mii-compliance #vms-procurement

DoT CCTV Tender 2025: Complete Analysis of ₹21 Crore Sanchar Bhawan Security Infrastructure Upgrade

Ministry of Communications Launches Major CPSU-Exclusive Surveillance System Procurement

The Department of Telecommunications (DoT) has released a comprehensive tender for the procurement and installation of a state-of-the-art CCTV Surveillance System at Sanchar Bhawan, New Delhi. With an estimated contract value of ₹21 Crore, this turnkey project represents one of the most significant government security infrastructure upgrades in 2025, featuring advanced 5MP cameras, enterprise-grade storage systems, and a 5-year comprehensive maintenance contract.

This tender is exclusively open to Central Public Sector Undertakings (CPSUs) with proven system integration experience, making it a strategic opportunity for government enterprises looking to expand their security solutions portfolio. The project encompasses not just hardware procurement but complete integration with the existing 139-camera surveillance system, creating a unified security infrastructure covering all 18 floors of Sanchar Bhawan.

What makes this tender particularly significant is its strict adherence to cybersecurity protocols, Make in India mandates, and land border restrictions on equipment sourcing. Bidders must navigate through 38 mandatory technical documents, multiple OEM certifications, and stringent compliance requirements including STQC certification, PPP-MII compliance, and comprehensive quality standards.


💡 Key Highlights at a Glance

  • Contract Value: Estimated ₹21 Crore for complete SITC and 5-year CAMC
  • Eligibility: Restricted to CPSUs with ₹10 Cr cumulative or ₹5 Cr single project experience
  • Timeline: 120 days for complete installation post-award
  • Scope: 345 cameras (250 Dome + 95 Box), enterprise servers, 11.2 km fiber cabling
  • Integration: Seamless integration required with existing 139-camera system
  • Warranty & CAMC: 1 year warranty + 5 years comprehensive annual maintenance
  • Compliance: STQC certification, PPP-MII 60% local content, land border restrictions
  • Payment Structure: 70% on delivery + 30% on commissioning + quarterly CAMC payments

📊 Tender Overview Structure

graph TD A[Tender Published on GeM
Est. Value: ₹21 Cr] --> B[Eligibility Verification
CPSUs Only
Experience Required] B --> C[Pre-Bid Meeting
Authorization Letter Required] C --> D[Technical Bid Submission
38 Document Checklist] D --> E[Technical Evaluation
Compliance Check] E --> F{Technically
Qualified?} F -->|Yes| G[Financial Bid Opening
L1 Selection] F -->|No| H[Rejection with
Detailed Reasons] G --> I[Contract Award
PBG 3% Required] I --> J[120 Days Execution
SITC Work] J --> K[Commissioning & Training
30 Day Trial] K --> L[1 Year Warranty
Daily Maintenance Visit] L --> M[5 Year CAMC
Quarterly Payments] style A fill:#e1f5ff,stroke:#0066cc,stroke-width:3px style G fill:#ffe1e1,stroke:#cc0000,stroke-width:2px style M fill:#e1ffe1,stroke:#00cc00,stroke-width:3px style H fill:#ffcccc,stroke:#ff0000,stroke-width:2px

📋 Complete Tender Overview

Parameter Details
Tender ID As per GeM Portal (File No. 1-4/2024-IT-III(CCTVSur.System))
Issuing Authority Department of Telecommunications, IT Division, Sanchar Bhawan
Ministry Ministry of Communications, Government of India
Location Sanchar Bhawan, 20 Ashoka Road, New Delhi - 110001
Estimated Contract Value ₹21 Crore (Approximate for complete SITC + 5-year CAMC)
Portal Government e-Marketplace (GeM) - https://gem.gov.in
Bid Submission Mode Online through GeM Portal only
Bid Type Two-Packet Bid (Technical + Financial)
Eligibility CPSUs with System Integration experience per MHA guidelines
Experience Requirement ₹10 Cr cumulative (3 projects) OR ₹5 Cr single project
Contract Duration Installation: 120 days + Warranty: 1 year + CAMC: 5 years
Evaluation Method L1 (Lowest Price) - Overall rates basis
Performance Bank Guarantee 3% of SITC value (1 year) + 3% of CAMC value (5 years)
Bid Validity 180 days from technical bid opening
Earnest Money Deposit Nil (Declaration-based system for CPSUs)
Contact Person ADG (IT-III), Phone: 011-2303-6277
Email [email protected]
Site Visit Mandatory before bidding
MSE Compliance Exempted (CPSU-only tender)

🔧 Project Scope: Detailed Component Breakdown

The DoT CCTV tender encompasses a comprehensive security infrastructure upgrade across four major component categories: surveillance equipment, networking infrastructure, control room setup, and installation services. The total scope includes 345 new cameras that will integrate with the existing 139-camera system, creating a unified surveillance network covering all 18 floors, basement, perimeter, and parking areas of Sanchar Bhawan.

Category A: Surveillance & IT Equipment (Primary Components)

Item Quantity Key Specifications Compliance Requirements
5MP Box CCTV Camera 95 units 2560x1920p, H.264, 25FPS dual stream, PoE, IP66, IK10, Heater/Blower STQC Certified, ONVIF Full Member, ISO 27032
2.1MP Dome CCTV Camera 250 units 1920x1080p Full HD, Varifocal 5-50mm, WDR, IP66/IK10 STQC Certified, ONVIF Full Member, ISO 27032
Video Management Software License 690 licenses Failover support, FIPS-140-3 encryption, OWASP certified STQC Security Certificate, CMMI L-3
Network Storage System 1 unit 30-day backup, De-duplication, 16 LFF bays, RAID controller Same OEM as Server, ISO 27001
Network Video Server 7 units 2U Rack, 2x8 Core CPU, 128GB DDR5, PCIe 5.0, Failover capable FIPS 140-3, TPM 2.0, Gartner Leader
Workstation 14 units Intel Core i7 14th Gen, 16GB DDR5, 1TB NVMe SSD, Dual Ethernet Windows 11 Pro, PPP-MII 50%
Windows Server License 7 licenses Standard Edition, RAID support, De-duplication Genuine Microsoft License
Antivirus for Workstation 14 licenses Enterprise-grade, real-time protection Data Center Security Edition
Windows Desktop Software 14 licenses Windows 11 Professional Genuine Microsoft License
Failover Server License 1 license Secondary server redundancy High availability setup
Management Server Module 1 module Centralized monitoring and control Integration with existing system

Estimated Category A Value: ₹12-14 Crore (65-70% of total contract)

Critical Analysis: The surveillance equipment represents the core investment, with emphasis on high-resolution cameras capable of 24x7 operation in Delhi's climate (0-50°C). The dual-stream requirement (Full HD @ 25FPS + D1 @ 25FPS) ensures both high-quality recording and bandwidth-efficient remote viewing. The mandatory heater/blower units in box cameras indicate deployment in outdoor/exposed locations.

Category B: Networking Infrastructure (Active Components)

Item Quantity Specifications Technical Requirements
8-Port PoE Switch 64 units 10/100/1000 Base-T, 4x SFP, 240W PoE budget, IEEE 802.3at PPP-MII 60%, TSEC Certified, OEM IPR in India
Optical SFP Module 150 units 1000Base-LX, 1.25Gbps, 1310nm, 10Km reach, Duplex LC Same OEM as switches
Layer 3 Core Switch 5 units 24x RJ45 + 24x SFP + 4x 10G SFP+, 208Gbps capacity, MPLS OEM 15 years in India, NSE/BSE listed

Estimated Category B Value: ₹3-4 Crore (18-20% of total contract)

Critical Analysis: The networking architecture follows a hierarchical design with edge PoE switches connecting cameras, aggregating through Layer 3 core switches. The 240W PoE budget per edge switch allows powering 8 cameras (30W each) at maximum load, with the 150 SFP modules enabling fiber uplinks for distance and electrical isolation.

Category C: Control Room Infrastructure

Item Quantity Specifications Purpose
LED Display 42" 4 units Full HD, commercial grade Video wall for real-time monitoring
Online UPS 5KVA 10 units IGBT-based true online, 30-min backup, isolation transformer Power protection for cameras & servers

Estimated Category C Value: ₹0.8-1 Crore (4-5% of total contract)

Category D: Passive Components & Civil Work

Item Quantity Specifications Usage
Power Cable 2.5mm 7,777 meters ISI marked, copper conductor Camera power distribution
UTP CAT 6A Cable 12,672 meters 550MHz, 10Gbps capable Data network backbone
Armored Fiber Cable 11,200 meters 12-core single-mode Inter-floor backbone connectivity
2" HDPE Pipe 12,672 meters UV resistant Cable protection & routing
42U Floor Rack 6 units 800x1000mm, 750kg load, dual PDU Server/network equipment housing
9U Wall Rack 46 units 550x500mm, IP55, fan unit Floor-level equipment housing
24-Port Patch Panel 10 units CAT 6A compatible Cable termination
LIU 12 Fiber Rack Mount 36 units SC/LC adapters Fiber optic termination
LIU 24 Fiber Rack Mount 8 units High-density termination Core switch fiber connections
CAT 6 Outlet (Single) 120 units RJ45 Information Outlet End-user connection points
CAT 6 Patch Cord 3ft 120 units Molded boot Camera to outlet connection
CAT 6 Patch Cord 7ft 26 units Molded boot Switch interconnections
Fiber Patch Cord SC-LC 40 units Single-mode, 3 meter Switch to LIU connections
6 Meter Pole 5 units Galvanized steel Perimeter camera mounting

Estimated Category D Value: ₹1.5-2 Crore (8-10% of total contract)

Critical Analysis: The extensive cabling requirements (12.6 km CAT 6A + 11.2 km fiber) indicate a complete network re-cabling alongside CCTV installation. The HDPE pipe requirement matching CAT 6A length suggests underground or concealed cable routing throughout the building. The 46 wall-mounted racks distributed across floors will house edge PoE switches close to camera clusters.

Category E: Installation, Commissioning & Project Management

Service Component Scope Deliverables
State-of-Art Control Room Modular design per industry standards Operator consoles, video wall, ergonomic seating, 24x7 monitoring setup
Survey & Network Design Site survey, detailed drawings As-built drawings, network topology, IP addressing scheme
Existing System Integration Integration with 139 existing cameras Unified VMS platform, single-pane monitoring
Project Management Trenching, civil, electrical coordination Complete turnkey delivery, liaison with building services
SITC Charges Supply, installation, testing, commissioning End-to-end project execution, training, handover

Estimated Category E Value: ₹1.5-2 Crore (8-10% of total contract)

Category F: Warranty & Maintenance Services

Service Duration Scope Resources
Daily Technical Visit 1 year (Warranty) + 5 years (CAMC) = 72 months Morning/evening visit (not 10-5 resident engineer) 1 Technical Resource
Comprehensive CAMC 5 years post-warranty Hardware, software, network support, spare parts Monthly preventive maintenance

Estimated Category F Value: ₹2-2.5 Crore (10-12% of total contract)

Critical Analysis: The 72-month technical support requirement (at daily visit rates) represents significant recurring revenue. The "daily visit only" specification (not resident engineer) is cost-optimized while ensuring regular system health monitoring. The CAMC covers both CCTV and LAN systems, indicating holistic network maintenance responsibility.


💰 Budget Allocation Breakdown

pie title Total Contract Value Distribution (₹21 Crore Approx.) "Surveillance Equipment (Cameras, VMS, Servers, Storage)" : 38 "Networking Equipment (Switches, Fiber, Cables)" : 18 "Control Room Infrastructure (Displays, UPS, Racks)" : 9 "Installation & Civil Work (SITC, Integration, PM)" : 10 "6-Year Maintenance (Warranty + CAMC)" : 12 "Training, Documentation & Commissioning" : 5 "Performance Security & Contingency" : 8

Key Insights from Budget Distribution:

  1. Hardware-Centric Investment (65%): The majority of the budget (₹13.5 Cr) goes toward procuring high-end surveillance equipment, servers, and networking gear. This reflects the capital-intensive nature of enterprise security infrastructure.

  2. Long-Term Service Revenue (12%): The 6-year maintenance contract (₹2.5 Cr) provides stable recurring revenue and ensures vendor commitment to system performance throughout the operational lifecycle.

  3. Integration Complexity (10%): The ₹2 Cr allocated for installation and integration highlights the project's technical complexity, requiring seamless integration with 139 existing cameras and building infrastructure.

  4. Network Infrastructure (18%): The significant networking investment (₹3.8 Cr) indicates a parallel network upgrade, with 12.6 km of CAT 6A cabling and 11.2 km of fiber optic cables creating a dedicated surveillance network.


👥 Eligibility Criteria: Who Can Bid?

🔒 Participation Restrictions

This tender follows a highly restrictive eligibility model designed to ensure only capable government enterprises participate. The Department of Telecommunications has limited participation to Central Public Sector Undertakings (CPSUs) with proven system integration capabilities, explicitly excluding:

  • ❌ Private sector companies (even if technically qualified)
  • ❌ Foreign OEMs or their Indian subsidiaries
  • ❌ MSMEs, startups, and general contractors
  • ❌ State PSUs without central government ownership
  • ❌ Joint ventures or consortiums (unless CPSU-led)
  • ❌ System integrators without direct CPSU status

This restriction is justified under MHA OM No. D32016/3/2015/(SSO(Pt) dated 20th April 2015 and subsequent guidelines on critical infrastructure security, which mandate government-controlled entities for sensitive installations in central government offices.

Rationale: The restriction ensures:

  1. Security Clearance: CPSUs undergo rigorous background checks
  2. Data Sovereignty: Government control over surveillance data
  3. Long-Term Accountability: PSU stability ensures 5-year CAMC delivery
  4. Policy Compliance: Easier enforcement of Make in India and land border restrictions

Experience Requirements

Bidding CPSUs must demonstrate substantial CCTV system integration experience through one of two qualification paths:

Option 1: Diversified Project Experience

  • Criteria: Completed at least 3 CCTV projects in office complexes
  • Minimum Cumulative Value: ₹10 Crore
  • Timeframe: Last 3 financial years (FY 2022-23, 2023-24, 2024-25)
  • Documentation Required:
    • Completion certificates from clients
    • Work order copies showing project value
    • Satisfactory performance certificates
    • Project details (scope, cameras deployed, technology used)

Example Qualification Scenario:

  • Project 1: ₹4.5 Cr (Ministry of Defense, 2022-23) - 200 cameras
  • Project 2: ₹3.8 Cr (Railway Board, 2023-24) - 150 cameras
  • Project 3: ₹2.2 Cr (State Government, 2024-25) - 120 cameras
  • Total: ₹10.5 Cr ✅ Qualifies

Option 2: Significant Single Project Experience

  • Criteria: Completed at least 1 CCTV project in office complex
  • Minimum Project Value: ₹5 Crore
  • Timeframe: Last 2 financial years (FY 2023-24, 2024-25)
  • Documentation Required: Same as Option 1, plus:
    • Detailed project implementation report
    • Technology architecture diagram
    • Proof of successful integration and handover

Example Qualification Scenario:

  • Single Project: ₹6.2 Cr (CPWD Building, 2023-24) - 300+ cameras
  • Complex VMS integration with access control
  • Qualifies: ✅ Meets ₹5 Cr threshold

📋 Mandatory Documentation Checklist

The technical bid requires 38 distinct documents, organized into 7 major categories. Missing even one document can lead to summary rejection:

Document Category Required Items Critical Certifications
1. Bid Formalities • Tender Acceptance Letter (Annex-F)
• Bid Security Declaration (Annex-G)
• Pre-Contract Integrity Pact (Annex-E)
• Authorization Letter for Pre-Bid Meeting (Annex-K)
• Digitally signed by authorized signatory
• Company seal on each page
2. Company Details • CPSU Registration Certificate
• GST Registration (GSTIN)
• PAN/TAN Certificates
• Company Profile & Ownership Structure
• Copy of ROC registration
• Proof of central govt. ownership
3. Experience Certificates • Client completion certificates (3 projects OR 1 major)
• Work order copies with values
• Satisfactory performance certificates
• Project detail sheets
• Signed by client officials (not below DDO level)
• On official letterhead with seal
4. OEM Authorization Manufacturer Authorization Letters (MAL) for:
• CCTV Camera OEM
• Network Switch OEM
• Server OEM
• Storage OEM
• VMS Software OEM
• Workstation OEM
• UPS OEM
• Passive Components OEM
• Must be dated after tender issue
• Specify bidder name and tender ID
• Authorize quoting and post-sales support
5. Make in India Compliance Make in India Certificates from all OEMs:
• CCTV Camera (60% local content)
• Network Switch (60% local content)
• Server (60% local content)
• VMS Software (local development)
• Workstation (50% local content)
• UPS (local manufacturing)
• Passive Components (local manufacturing)
• Form-1 as per PPP-MII notification dated 21.10.2024
• Signed by OEM authorized signatory
6. Quality & Security Certifications Product Certifications:
• STQC Cyber Security Certificate (Cameras)
• BIS Certification (Cameras, Server, UPS, Workstation)
• ISO 9001, 14001, 27001, 45001 (CCTV OEM)
• ISO 27032 Cyber Security (CCTV OEM)
• CMMI L-3, IEC-62676-5:2018 (VMS OEM)
• FIPS-140-3 Encryption (VMS)
• OWASP Security Audit Certificate (VMS)
• ONVIF Full Membership (Camera & VMS)
• DSIR Certificate (CCTV OEM)
• GDPR Compliance (CCTV OEM)
• All certifications valid on bid opening date
• Not expired or under suspension
• Certified by recognized bodies (STQC, BIS, ISO bodies)
7. Compliance Undertakings • Land Border Restriction Undertaking
• IPR/Source Code India Declaration
• No 3rd Party Manufacturing Declaration
• Service Center in India Undertaking
• ONVIF Compatibility Declaration
• MAC Address Registration Proof
• No Blacklisting Declaration
• Technical Compliance to Annex-I Specs
• Each undertaking on company letterhead
• Countersigned by OEMs where applicable

🚫 Disqualification Triggers

Bids will be summarily rejected without further evaluation if:

  1. Prices in Technical Bid: Even a single price mention disqualifies the entire bid
  2. Incomplete Documentation: Missing any of the 38 required documents
  3. Expired Certifications: STQC, ISO, or other certificates not valid on bid opening date
  4. Non-CPSU Status: If bidder is not a genuine Central PSU
  5. Experience Shortfall: Failing to meet ₹10 Cr (3 projects) or ₹5 Cr (1 project) threshold
  6. Blacklisting Status: If blacklisted by any Central/State Government agency
  7. Incorrect OEM: Mentioning multiple OEMs for same product category in Unpriced BoQ
  8. Land Border Violation: OEM or their parent company from land-bordering country
  9. Non-ONVIF Products: Camera or VMS not listed on ONVIF.org website
  10. Technical Deviation: Any deviation from Annexure-I specifications without written approval

🔍 Bid Evaluation Process: Two-Stage Assessment

sequenceDiagram participant B as Bidder (CPSU) participant GP as GeM Portal participant PBM as Pre-Bid Meeting participant TE as Technical Evaluation Committee participant FE as Financial Evaluation Committee participant DA as DDG (IT) - Decision Authority participant V as Vendor (Awarded) Note over B,GP: Stage 1: Bid Submission B->>GP: Upload Technical Bid (38 Documents) B->>GP: Upload Financial Bid (Separately) GP->>GP: Timestamp & Encrypt Financial Bid Note over PBM: Stage 2: Pre-Bid Clarifications B->>PBM: Send Queries (10 days before closing) PBM->>B: Issue Clarifications/Corrigendum Note over TE: Stage 3: Technical Evaluation (15-20 days) GP->>TE: Open Technical Bids on Due Date TE->>TE: Verify CPSU Status TE->>TE: Check Experience Certificates (₹10Cr/₹5Cr) TE->>TE: Validate 38 Documents Checklist TE->>TE: Verify OEM Authorizations (8 MALs) TE->>TE: Check Make in India Compliance TE->>TE: Validate STQC, BIS, ISO Certificates TE->>TE: Verify ONVIF Membership Online TE->>TE: Check Land Border Compliance TE->>TE: Clause-by-Clause Spec Compliance alt Technical Compliance Met TE->>DA: Recommend Technical Qualification DA->>GP: Approve Technical Bid Opening Note over TE,DA: May request POC/Demo if needed else Technical Rejection TE->>B: Issue Rejection Letter with Reasons Note over B: No Financial Bid Opening end Note over FE: Stage 4: Financial Evaluation (7-10 days) DA->>GP: Authorize Financial Bid Opening GP->>FE: Decrypt & Open Financial Bids FE->>FE: Calculate Total Bid Value (X+Y) FE->>FE: Compare All Qualified Bidders FE->>FE: Identify L1 (Lowest Bidder) FE->>FE: Check Price Reasonability alt Price Reasonable FE->>DA: Recommend L1 Award DA->>V: Issue Letter of Award V->>DA: Submit 3% PBG within 15 days DA->>V: Release Work Order else Price Unreasonable FE->>DA: Recommend Re-Tendering DA->>GP: Cancel Tender end Note over V: Stage 5: Contract Execution V->>DA: Begin 120-Day Installation DA->>V: Release 70% on Material Delivery V->>DA: Complete SITC & Integration V->>DA: Conduct Training (10 officials) DA->>V: Release 30% on Commissioning V->>DA: Begin 1 Year Warranty V->>DA: Begin 5 Year CAMC (after warranty)

🔐 Critical Compliance & Certification Matrix

The tender imposes multi-layered certification requirements across cybersecurity, quality management, and policy compliance domains. This section provides a comprehensive mapping of all mandatory certifications:

Cybersecurity Certifications (National Security Priority)

Component Required Certifications Issuing Authority Validity Check Verification Method
CCTV Cameras • STQC Cyber Security Certificate
• STQC ER Certification
• ISO/IEC 27032:2012 (Cyber Security)
• No Malicious Code Certificate
• STQC (Govt. of India)
• STQC Empanelled Lab
• Cert-In Empanelled Auditor
• Must be valid on bid opening date
• Certificate number verifiable online
• STQC official website verification
• Certificate authenticity check
• Model number match
Network VMS Software • FIPS-140-3 Encryption Certification
• OWASP Top 10 Security Audit (Desktop App)
• OWASP Top 10 Security Audit (Web App)
• OWASP Source Code Review
• STQC Security Certificate
• ISO 27701 (Privacy Management)
• Cert-In Empanelled Auditor
• STQC
• ISO Certification Body
• Security testing completed before bid publishing date
• Not roadmap/future commitment
• Submit STQC certificate with application details
• Verify auditor empanelment with Cert-In
Network Switches • TSEC Certification (LAN Switch TEC GR March 2014)
• TEC/SD/DD/EMC-221/05/OCT (EMI/EMC)
• IEC 62368-1 (Equipment Safety)
• EN 55032, EN 55035, ETSI EN 300386
• TSEC (Telecom Security Certification)
• TEC (Telecom Engineering Centre)
• International Labs
• Product or product family certified
• Certificate against GOI tender/order
• TEC website verification
• TSEC certificate authenticity
Servers & Storage • FIPS 140-3 Validation
• Common Criteria Certification
• TPM 2.0 (Trusted Platform Module)
• Secure Boot & Secure Start
• NIST (for FIPS)
• Common Criteria Portal
• OEM Compliance Declaration
• Hardware-based security features
• Not software-only solutions
• Check NIST validated modules list
• OEM security documentation

Critical Insight: The STQC Cyber Security Certification is the most stringent requirement, introduced via MeitY Gazette Notification dated 06 March 2024 amending PPO-2017. Cameras without this certification will be rejected outright, as this is a post-bid-publishing mandate covering "CCTV/Video Surveillance Systems for Security."

Quality Management Certifications

OEM Type Required ISO Certifications Additional Quality Standards Purpose
CCTV Camera OEM • ISO 9001 (Quality Management)
• ISO 14001 (Environmental)
• ISO 20000 (Service Management)
• ISO 27001 (Information Security)
• ISO 45001 (Health & Safety)
• ISO 39001 (Road Safety)
• ISO 50001:2018 (Energy Management)
• ZED Gold (Zero Defect Zero Effect)
• GDPR Compliance
• DSIR (Dept. of Scientific & Industrial Research)
Demonstrates comprehensive quality culture and R&D capability
VMS Software OEM • ISO 9001
• ISO 27701 (Privacy Management)
• CMMI Level 3 (Software Maturity)
• IEC-62676-5:2018 (Video Surveillance Standard) Ensures mature software development processes
Network Switch OEM • ISO 9001 (for design & development of LAN/WAN products)
• TL9000 (Telecom Quality)
• ISO 14001
• ISO 14064-1:2006 (Greenhouse Gas Inventory) Validates environmental responsibility
Passive Network Components OEM • ISO 9001
• ISO 45001
• ISO 14001
• ISO 14064-1:2006 (GHG Emission Verification) Required for cables, racks, patch panels
UPS & Power Equipment • ISO 9001
• BIS Certification
• RoHS Compliance
• NABL Lab Type Test Report
Safety and environmental compliance

🇮🇳 Make in India Compliance (PPP-MII Policy)

The tender mandates strict adherence to Public Procurement (Preference to Make in India) - PPP-MII Orders dated 19.07.2024 and 21.10.2024, notified by Department for Promotion of Industry and Internal Trade (DPIIT) and operationalized by DoT:

Product Category Minimum Local Content Form Required Key Compliance Points Penalty for Non-Compliance
CCTV Cameras 60% Form-1 by OEM • Manufacturing facility in India (10+ years)
• Design/IPR registered in India
• No land border country component sourcing
• Assembly + Testing in India
• Bid rejection
• Contract termination if discovered post-award
• Blacklisting for 3 years
Network Switches (L3 & PoE) 60% Form-1 by OEM • OEM direct presence in India (15+ years)
• Registered on NSE/BSE
• No merger/acquisition in last 10 years
• IPR/Copyright/Design registered in India
Same as above
Servers 60% Form-1 by OEM • Meet DPIIT notification dated 21.10.2024
• Assembly and value addition in India
• Same OEM for Server & Storage
Same as above
Workstation 50% Form-1 by OEM • Local assembly permitted
• Branded OEM (not white-label)
Same as above
Video Management Software 100% (Local Development) Form-1 by OEM • Software developed in India
• Source code in India
• No offshore development dependency
Same as above
UPS Local Manufacturing Form-1 by OEM • Manufactured in India
• BIS certified
Same as above
Passive Components Local Manufacturing Form-1 by OEM • All CAT6, fiber, racks from single OEM
• Manufactured in India
Same as above

Form-1 Requirements:

  • Must be on OEM letterhead
  • Signed by authorized signatory (with specimen signature)
  • Declare local content percentage with value breakdown
  • Mention manufacturing facility address in India
  • Valid for the specific tender ID

Land Border Restrictions (National Security)

As per Rule 144(xi) of GFR-2017, DoE Letter F.No.6/18/2019-PPD dated 23.07.2020, and DPE Memo dated 30.07.2020, the tender enforces absolute restrictions on companies from land-bordering countries:

Prohibited Scenarios:

  1. ❌ OEM headquartered in land-bordering country
  2. ❌ Parent company or holding company from land-bordering country
  3. ❌ Majority shareholding from land-bordering country entities
  4. ❌ Common directors with companies from land-bordering countries
  5. ❌ IPR/source code/firmware residing in land-bordering country
  6. ❌ 3rd party manufacturing subcontracted to land-bordering country companies
  7. ❌ Technology transfer (ToT) agreements with land-bordering country OEMs

Required Undertakings:

  • From CCTV OEM: Own manufacturing setups shall not have 3rd party manufacturing from any company blacklisted in India or any company sharing land border with India. IPR/copyright of source code of firmware/software shall not reside in countries sharing land borders with India.
  • From VMS OEM: IPR & Source Code of offered Video Management Software should not reside in a Country sharing Land Border with India. Software should not be developed/manufactured by an entity in which majority shareholding is from a Country sharing a Land Border with India.
  • From Network Switch OEM: OEM should be Original Equipment Manufacturer having IPR, source code in India and should not have ToT from other OEM/manufacturer from land-bordering countries.

Verification Mechanism:

  • Bidder submits self-declaration
  • DoT reserves right to verify with MHA/MeitY databases
  • Any misrepresentation leads to immediate contract termination and 5-year blacklisting

ONVIF Compliance (Interoperability Standard)

The Open Network Video Interface Forum (ONVIF) certification ensures vendor-agnostic interoperability:

Requirement Specification Verification Method
Camera ONVIF Status • Full ONVIF Profile S compliant
• Camera model listed on onvif.org
• OEM must be full member (not conformant member)
• Check ONVIF.org product database
• Verify OEM membership status
• OEM declaration on letterhead
VMS ONVIF Status • ONVIF Core Client compliant
• Support Profile S, G, T
• OEM must be full member
Same as above
Integration Requirement • Must integrate with existing 139 non-ONVIF cameras
• Support legacy protocols (RTSP, HTTP)
• Technical demonstration may be required
• Integration test plan submission

Why ONVIF Matters: Prevents vendor lock-in, allows future upgrades with different OEMs, ensures 5-year CAMC sustainability even if OEM discontinues models.


💰 Financial Structure & Payment Terms

The tender follows a milestone-based payment structure designed to balance cash flow for the contractor while protecting DoT's financial interests:

Payment Milestone Table

Milestone Payment % Trigger Event Timeline from Award Documentation Required
Advance Payment 0% Not applicable - No advance payment in this tender
Material Delivery Payment 70% Delivery of all equipment to site + Installation acknowledgment 30-60 days • Material Receipt Note (MRN) signed by ADG-IT III
• Goods Received Note (GRN) from stores
• Pro-rata calculation per delivered items
• Copy of delivery challans
• Insurance certificates
Commissioning Payment 30% Complete SITC + Integration + 30-day trial operation + Training 120-150 days • System Commissioning Certificate
• Integration test reports (with 139 existing cameras)
• 30-day trial operation log signed by Control Room In-charge
• Training completion certificate (10 officials)
• As-built drawings
• Operation & Maintenance manuals
CAMC Payment (Year 1) Quarterly (1/4 of annual CAMC value) Quarterly service delivery post-warranty 15-18 months • Preventive maintenance reports (monthly)
• Downtime logs
• Service call register
• EPFO/ESIC payment proof for manpower
• Quarterly performance report
CAMC Payment (Years 2-5) Quarterly (1/4 of annual CAMC value each year) Same as Year 1 18-78 months Same as Year 1 CAMC documentation

Performance Bank Guarantee (PBG) Structure

The tender requires dual PBG to secure both installation and long-term maintenance commitments:

PBG-1: For SITC Work (Installation Phase)

Parameter Details
Amount 3% of SITC contract value (Items A+B+C+D+E in BoQ)
Estimated Value ₹0.55 - 0.60 Crore (3% of ~₹19 Crore SITC)
Form Demand Draft or Bank Guarantee from scheduled commercial bank
Validity Until 60 days after warranty completion (Total: 1 year 2 months)
Submission Timeline Within 15 days of Letter of Award (before Work Order issuance)
Invocation Scenarios • Delay beyond 120+45 days (LD exhausted)
• Defective material/workmanship
• Abandonment of work
• Breach of contract terms
Return Conditions After successful warranty completion + submission of CAMC PBG

PBG-2: For CAMC (Maintenance Phase)

Parameter Details
Amount 3% of 5-year CAMC contract value (Item F in BoQ)
Estimated Value ₹0.07 - 0.08 Crore (3% of ~₹2.5 Crore CAMC)
Form Bank Guarantee from scheduled commercial bank
Validity Until 60 days after CAMC completion (Total: 5 years 2 months)
Submission Timeline At the end of 1-year warranty period (before CAMC commencement)
Invocation Scenarios • Repeated service failures (beyond 7 days downtime)
• Non-deployment of promised manpower
• Failure to provide spare parts
• Abandonment of maintenance contract
Return Conditions 60 days after successful CAMC completion (78 months from award)

Bank Guarantee Format: As per Annexure-J in tender document. Must be from Delhi-based scheduled commercial bank or nationalized bank with branch in Delhi for easy invocation.

Liquidated Damages (LD) for Delays

The contract imposes progressively increasing penalties for installation delays beyond 120 days:

graph LR A[Award Date
Day 0] --> B[120 Days
Original Deadline] B --> C{Delay Days} C -->|1-10 days| D[1% LD
~₹21 Lakhs] C -->|11-20 days| E[2% LD
~₹42 Lakhs] C -->|21-30 days| F[3% LD
~₹63 Lakhs] C -->|31-45 days| G[5% LD
~₹1.05 Crore] C -->|>45 days| H[PBG Forfeiture +
Contract Termination] D --> I[Project Continues
LD Deducted from Payment] E --> I F --> I G --> I H --> J[Work Awarded to
Next Bidder at
Defaulter's Cost] style B fill:#e1ffe1 style H fill:#ffcccc,stroke:#ff0000,stroke-width:3px style I fill:#ffffcc

LD Calculation Example:

  • Contract Value: ₹21 Crore
  • Delay: 32 days (falls in 31-45 days bracket)
  • LD: 5% of ₹21 Crore = ₹1.05 Crore
  • Adjusted Payment: ₹21 Crore - ₹1.05 Crore = ₹19.95 Crore

Force Majeure Protection: LD waived for delays due to:

  • Natural calamities (earthquake, flood, fire)
  • National emergency or government orders
  • Material non-availability due to global supply chain disruption (with proof)
  • Site access denial by DoT for reasons not attributable to contractor

Critical Note: Vendor must notify DoT in writing within 7 days of Force Majeure event occurrence, with supporting evidence.

Penalties for Poor Maintenance Performance

During the 5-year CAMC period, service-level penalties apply for system downtime:

System Downtime Duration Daily Penalty Annual Impact (if recurring) Cumulative Penalty Cap
1-3 days ₹2,000/day ₹7.3 Lakhs (if monthly) No cap, deducted from quarterly payment
4-7 days ₹5,000/day ₹18.25 Lakhs (if monthly) Up to 5% of quarterly payment
Beyond 7 days ₹15,000/day + Performance warranty ₹54.75 Lakhs (if monthly) + Contract termination risk PBG-2 invocation after 10 days

System Downtime Definition:

  • Partial Downtime: >20% cameras offline OR VMS recording failure
  • Complete Downtime: Control room unable to view/record any camera

24-Hour SLA: Vendor must restore system within 24 hours of fault notification. If restoration requires >24 hours:

  • Vendor must provide standby camera (for hardware faults)
  • Vendor must provide alternative recording mechanism (for server faults)
  • Failure to provide standby equipment: Penalty begins immediately

Fault Notification Mechanisms:

  • Phone call to vendor's 24x7 helpline
  • Email to designated vendor email ID
  • Entry in physical maintenance register at Control Room
  • Earliest of the three timestamps considered for SLA calculation

GST and Tax Treatment

Tax Component Rate Applicability Invoice Details
GST 18% Applicable on entire contract value • Supply of Goods: 18% GST
• Services (SITC, CAMC): 18% GST
• Place of supply: Delhi (CGST 9% + SGST 9%)
TDS As per Income Tax Act DoT deducts at source as per applicable rates • TDS Certificate (Form 16A) issued quarterly
• Vendor adjusts in ITR filing
EPF/ESI Contribution As per statutory rates Employer contribution for CAMC manpower • Vendor must submit EPFO/ESIC payment proof
• Reimbursed by DoT on actual basis during CAMC

Price Structure Requirement: Bidders must quote prices inclusive of all taxes, levies, packing, forwarding, insurance, freight, and F.O.R. destination charges. No price escalation allowed during contract period.


🎯 SWOT Analysis: Strategic Assessment for CPSUs

Strengths (Internal Advantages)

Strength Factor Description Strategic Leverage
🔒 CPSU-Exclusive Mandate Zero private sector competition • Reduces competitive intensity
• Allows premium pricing
• Ensures government-to-government trust
💰 High Contract Value ₹21 Crore total (₹19 Cr SITC + ₹2.5 Cr CAMC) • Significant revenue opportunity
• Enhances order book
• Improves financial ratios
📅 Long-Term Revenue Stream 5-year CAMC post-warranty • Stable recurring revenue (₹50 lakh/year)
• Enhances customer stickiness
• Opportunity for upselling/cross-selling
🏢 Prestigious Client Ministry of Communications, Central Government • Enhances CPSU's credentials
• Reference for future DoT/telecom tenders
• Improves brand positioning
📊 Defined Specifications Clear technical specs (Annexure-I) • Reduces ambiguity in bidding
• Enables accurate costing
• Minimizes post-award disputes
🔧 Integration Challenge Integration with 139 existing cameras • Showcases technical expertise
• Differentiates from commodity players
• Creates entry barrier for future competitors
🎓 Training Requirement Training 10 DoT officials • Ensures user adoption
• Reduces post-deployment support issues
• Builds long-term relationship

Weaknesses (Internal Challenges)

Weakness Factor Description Mitigation Strategy
⏰ Tight Execution Timeline 120 days for complete SITC • Form dedicated project team
• Pre-order long-lead items (servers, storage)
• Mobilize civil/electrical contractors early
📜 Certification Overload 38 documents + multiple OEM certifications • Create certification checklist template
• Engage OEMs early for MALs
• Hire compliance consultant if needed
🇨🇳 Land Border Restrictions Eliminates several leading OEMs (Chinese, etc.) • Identify compliant OEM partnerships
• Evaluate European/Indian OEMs
• Verify OEM compliance thoroughly
🔐 STQC Certification Bottleneck Not all camera OEMs have STQC cyber security cert • Confirm STQC status before OEM finalization
• Budget for certification delays
• Consider only pre-certified OEMs
🏗️ Civil Work Complexity 12.6 km cabling + trenching in operational building • Conduct detailed site survey
• Plan work in non-office hours
• Coordinate with building maintenance team
⚖️ 3% PBG for 6+ Years Capital blockage of ~₹0.65 Crore • Factor PBG cost in pricing (bank charges)
• Negotiate with bankers for lower charges
• Ensure timely PBG release through performance
🔄 Integration Risk Seamless integration with 139 disparate cameras • Test integration in lab before deployment
• Select VMS with wide OEM compatibility
• Build in integration contingency time

Opportunities (External Favorable Factors)

Opportunity Factor Description Exploitation Strategy
📈 Growing Security Market Government focus on critical infrastructure security • Position as specialized security systems integrator
• Develop similar proposals for other ministries
• Build security portfolio
🏛️ Government Digitalization Digital India, Smart Cities missions • Leverage this reference for smart city tenders
• Cross-sell IoT, analytics solutions
• Expand to state government projects
🇮🇳 Make in India Push Policy favoring domestic manufacturers • Partner with Indian OEMs for future tenders
• Invest in local manufacturing/assembly
• Build "Make in India" credentials
🔒 Cybersecurity Regulations Increasing mandates for certified equipment • Develop expertise in STQC certification process
• Offer certification consultancy to OEMs
• Position as compliance-first vendor
📡 5G & Network Upgrades Telecom infrastructure modernization • Bundle CCTV with network upgrade proposals
• Offer converged security-network solutions
• Target DoT circle offices nationwide
🤖 AI/ML Integration Growing demand for intelligent video analytics • Partner with AI/ML companies
• Develop analytics-as-a-service offerings
• Upsell facial recognition, crowd analytics post-deployment
☁️ Cloud Storage Trend Shift from on-premise to cloud storage • Propose hybrid cloud model for next upgrade
• Offer cloud storage as addon service
• Reduce hardware capex for clients

Threats (External Adverse Factors)

Threat Factor Description Defense Strategy
🏢 Limited Market (CPSUs Only) Only 5-8 eligible CPSUs likely to bid • Focus on differentiation (past experience, OEM partnerships)
• Offer competitive pricing without margin dilution
• Emphasize unique integration capabilities
💲 L1 Pricing Pressure Lowest bidder wins, potential margin squeeze • Optimize vendor negotiations for best rates
• Identify value engineering opportunities
• Balance competitive pricing with quality
🕰️ LD Penalty Risk Heavy penalties for delays (up to 5% = ₹1 Cr) • Build realistic project schedule with buffers
• Secure OEM commitment for on-time delivery
• Maintain transparent communication with DoT
⚡ Technology Obsolescence 6-year contract (1+5) may face tech changes • Select future-proof, upgradable platforms
• Negotiate with OEMs for long-term support
• Propose technology refresh in years 3-4
🔧 Spare Parts Availability OEM must support products for 8 years post-installation • Secure OEM commitment letter for 8-year spares
• Stock critical spares (cameras, switches)
• Identify alternative suppliers early
🔐 Evolving Cyber Threats New vulnerabilities may emerge during 6-year period • Plan for regular firmware updates
• Conduct annual security audits
• Budget for security patches in CAMC
👥 Manpower Retention Need for dedicated engineer for 72 months • Hire full-time resource (not contractual)
• Provide career growth path
• Cross-train multiple engineers for backup

🏆 Competitive Landscape Analysis

Likely Bidders (CPSU Ecosystem)

Based on the tender eligibility criteria (CPSUs with ₹10 Cr cumulative or ₹5 Cr single project experience in CCTV system integration), the following CPSUs are most likely to bid:

CPSU Name Parent Ministry Competitive Strengths Potential Weaknesses Win Probability
BEL (Bharat Electronics Ltd.) Ministry of Defence • Extensive defense CCTV experience
• In-house manufacturing (cameras, servers)
• Strong R&D (STQC certified products)
• Pan-India service network
• Premium pricing (defense standards)
• May prioritize defense orders
• Longer delivery timelines
High (30-35%)
BSNL (Bharat Sanchar Nigam Ltd.) Ministry of Communications • Direct ministry alignment (DoT peer)
• Telecom infrastructure expertise
• Existing relationship with DoT
• Cost-competitive
• Financial constraints (loss-making)
• Limited system integration track record
• Manpower quality concerns
Medium (15-20%)
RailTel Corporation Ministry of Railways • Extensive metro/railway CCTV deployments
• Strong network infrastructure expertise
• Cost-effective execution
• Good project management
• Focus primarily on railway projects
• May lack DoT-specific experience
• Competition from core business
High (25-30%)
TCIL (Telecommunications Consultants India Ltd.) Ministry of Communications • DoT consultancy background
• Strong technical evaluation capability
• Established vendor relationships
• Ministry insider knowledge
• Smaller scale operations
• Limited in-house execution capacity
• Dependency on subcontractors
Medium (10-15%)
ECIL (Electronics Corporation of India Ltd.) Dept. of Atomic Energy • High-security installation experience
• Nuclear facility CCTV expertise
• Strong compliance culture
• Quality-focused approach
• Premium pricing
• Limited commercial market presence
• Slower decision-making
Low-Medium (8-12%)
HCL Infosystems (if CPSU status) Private (Limited CPSU status) • IT infrastructure expertise
• Strong service delivery model
• Competitive pricing
• Unclear CPSU eligibility
• May not qualify at technical stage
Low (5-8%)

Competitive Positioning Matrix

quadrantChart title CPSU Competitive Positioning: Price vs. Technical Capability x-axis "Low Price" --> "High Price" y-axis "Low Technical Capability" --> "High Technical Capability" quadrant-1 "Technical Leaders (Risky Pricing)" quadrant-2 "Ideal Zone (Win Likely)" quadrant-3 "Budget Players (High Risk)" quadrant-4 "Premium Niche (Low Volume)" BEL: [0.75, 0.9] RailTel: [0.45, 0.75] BSNL: [0.35, 0.50] TCIL: [0.50, 0.65] ECIL: [0.80, 0.85]

Strategic Insights:

  1. BEL (Top Right - Premium Technical): Strong technical credentials may be offset by higher pricing. Likely to bid if defense order book has capacity.

  2. RailTel (Center - Sweet Spot): Best positioned with balance of technical expertise and competitive pricing. Recent metro CCTV successes provide strong reference.

  3. BSNL (Bottom Left - Budget Player): May offer lowest price but faces technical evaluation risks due to limited recent CCTV project track record.

  4. TCIL (Center-Left): Mid-tier positioning. May win on ministry relationships but needs strong technical partners.

  5. ECIL (Top Right - Niche Premium): High-quality but may price themselves out of consideration for cost-conscious DoT.

Winning Strategy for CPSUs

graph TD A[Winning Strategy] --> B[Technical Excellence] A --> C[Competitive Pricing] A --> D[Execution Confidence] B --> B1[Partner with Compliant OEMs
STQC, ONVIF, Make in India] B --> B2[Showcase Similar Integrations
Government office complexes] B --> B3[Demonstrate 139-Camera
Integration Capability] C --> C1[Optimize Vendor Negotiations
Volume discounts] C --> C2[Value Engineering
Without compromising specs] C --> C3[Rationalize CAMC Pricing
Realistic manpower costing] D --> D1[Commit Dedicated PM
With DoT experience] D --> D2[Provide Detailed Work Plan
120-day timeline] D --> D3[Demonstrate Service Network
Delhi-based support] style A fill:#4a90e2,color:#fff style B fill:#7ed321 style C fill:#f5a623 style D fill:#bd10e0

⚠️ Risk Assessment & Mitigation Framework

High-Impact Risks (Probability: Medium to High)

Risk Category Specific Risk Impact Probability Mitigation Strategy Contingency Plan
Technical Camera OEM lacks STQC certification Bid rejection Medium • Verify STQC status on gov't portal before OEM selection
• Partner only with pre-certified OEMs
• Allow 60-day buffer for certification if OEM in process
• Keep backup OEM partnerships
• Budget for emergency STQC certification
Technical VMS incompatible with 139 existing cameras Integration failure, contract termination Medium-High • Conduct PoC/demo with 5+ existing camera models
• Select VMS with 500+ ONVIF compatible OEMs
• Test RTSP streaming in lab environment
• Deploy protocol converter gateways
• Use hybrid VMS approach (legacy + new)
Execution Civil work delays due to operational building LD penalties (up to ₹1 Cr) High • Work in non-office hours (6 PM - 10 AM)
• Phase-wise floor-by-floor execution
• Pre-fabricate cable trays/conduits offsite
• Request deadline extension citing Force Majeure
• Deploy additional manpower for parallel execution
Execution Import delays for servers/storage Project delay beyond 120 days Medium • Select OEMs with local manufacturing/assembly
• Pre-order long-lead items immediately post-award
• Monitor global supply chain proactively
• Arrange alternate suppliers (gray market as last resort)
• Negotiate deadline extension with DoT
Financial OEM increases prices post-bid Margin erosion Low-Medium • Lock-in prices with OEMs through PO/LOI before bidding
• Build 5-7% contingency in pricing
• Use rate contracts if available
• Renegotiate with OEM citing tender lock-in
• Absorb cost impact if <3% of contract value
Compliance Land border violation discovered post-award Contract termination, blacklisting Low • Conduct thorough OEM due diligence (parent company, investors)
• Cross-verify with MHA blacklist/advisory
• Obtain notarized declarations from all OEMs
• Immediately replace non-compliant OEM
• Seek DoT approval for OEM substitution
Manpower Dedicated engineer quits during 6-year contract Service penalties, PBG invocation Medium-High • Hire full-time employee (not contractor)
• Provide competitive salary + career path
• Cross-train 2-3 backup engineers
• Deploy replacement within 7 days
• Offer retention bonus at year-end
Cybersecurity Zero-day vulnerability discovered in cameras National security issue, liability Low • Ensure OEM has active security patch program
• Plan for quarterly firmware updates
• Deploy network segmentation (VLAN isolation)
• Apply emergency patches within 48 hours
• Temporarily isolate affected cameras
• Engage CERT-In for guidance

Medium-Impact Risks (Probability: Low to Medium)

Risk Mitigation Contingency
DoT changes scope mid-project • Request formal change order with cost/time impact
• Maintain rigorous change control process
• Negotiate additional payment + timeline extension
• Refuse if impact >15% of contract value
Competitor protests bid award • Ensure 100% compliance in technical bid
• Maintain transparent evaluation documentation
• Defend bid with documentary evidence
• Engage legal team if protest escalates
CAMC spare parts unavailable (years 4-5) • Stock 10% spare cameras/switches at project start
• Obtain 8-year spare commitment from OEMs
• Source compatible spares from alternate vendors
• Upgrade to newer models if exact spare unavailable

📚 Comprehensive FAQ for Bidders

Eligibility & Participation

Q1: Can a private system integrator bid if they partner with a CPSU?

No. The tender explicitly restricts participation to CPSUs only. Even if a private company partners with or subcontracts through a CPSU, the primary bidder must be a CPSU with direct experience in CCTV system integration. Joint ventures or consortiums are not permitted unless specifically approved by DoT in writing.

Q2: Does the ₹10 Crore experience requirement include only CCTV work, or can it include broader IT infrastructure projects?

The experience must be specifically for "CCTV projects in office complexes." General IT infrastructure projects (LAN/WAN, data centers, etc.) without significant CCTV components will not qualify. However, integrated projects (e.g., smart building with CCTV + access control) can be considered if the CCTV component value is clearly separable and meets the threshold.

Q3: If our CPSU has ₹12 Crore CCTV experience but across 5 projects (not 3), do we qualify?

Yes, you qualify. The requirement states "at least 3 projects" with cumulative ₹10 Crore value. Having more than 3 projects is acceptable and may even strengthen your bid as it demonstrates broader experience.

Technical Compliance

Q4: The tender requires STQC certification for cameras, but our preferred OEM's certification is "in process." Can we submit with a provisional certificate or commitment letter?

No. The tender explicitly states: "The specified features/parameters/certifications must be available on the Technical Bid Opening Date. Features/parameters/certifications proposed to be available in near future/on roadmap shall not be considered." Bids with provisional or "expected" certifications will be summarily rejected. Choose only OEMs with valid STQC certification on the day of bid submission.

Q5: Can we offer a camera with 4MP resolution instead of 5MP if it meets all other specs and is cheaper?

No. The technical specifications in Annexure-I are minimum requirements. Offering lower specs (even if marginally) will result in technical non-compliance and bid rejection. You can, however, offer higher specifications (e.g., 8MP camera) at the same or competitive price, which may be viewed favorably.

Q6: We want to offer cameras from OEM-A and VMS from OEM-B. Is this allowed?

Yes, as long as:

  1. Both OEMs provide separate Manufacturer Authorization Letters (MALs)
  2. Both products are ONVIF-compliant and verified compatible
  3. Camera and VMS OEMs are different entities (no conflict)
  4. Both meet all individual certification requirements
  5. Integration testing is demonstrated if requested during technical evaluation

Q7: The tender requires "same OEM" for all passive networking components (CAT6, fiber, patch panels). Can we use different OEMs for electrical components like power cables?

Yes. The "same OEM" requirement applies specifically to structured cabling components (CAT6, fiber cables, jacks, patch panels, patch cords). Electrical components (power cables, PVC conduits) can be from different OEMs as explicitly stated in the tender document.

Pricing & Commercial

Q8: Items in Category C and D can be increased/decreased by 50%. How does this affect our L1 calculation?

The L1 calculation is based on your quoted total tender price (X+Y) as submitted in the financial bid. If DoT later increases/decreases quantities in Categories C/D by up to 50%, the payment will be adjusted proportionately based on your unit rates, but this does not affect the L1 selection. Your total quoted price determines L1 status, not potential variations.

Q9: Should we include GST in our quoted prices?

Yes. The tender requires "F.O.R. Destination, inclusive of all levies & taxes and packing & forwarding charges." Your financial bid should include:

  • Base equipment cost
  • GST @ 18% (or applicable rate)
  • Packing, forwarding, freight, insurance
  • All other statutory levies

Quote the all-inclusive final price per item. DoT will not pay any additional taxes or charges beyond your quoted rates.

Q10: Can we claim price escalation if equipment costs increase during the 6-year contract?

No. The tender has no price escalation clause. Your quoted prices are fixed for the entire contract duration (1-year warranty + 5-year CAMC). Factor inflation and currency fluctuation risks into your initial pricing.

Performance Bank Guarantee

Q11: The tender requires 3% PBG. Can we submit a Fixed Deposit Receipt (FDR) instead of a Bank Guarantee?

The tender specifies "Demand Draft on any scheduled bank at Delhi in favour of 'Pay & Accounts Officer, Department of Telecom HQ, New Delhi-110001'" or Bank Guarantee (format in Annexure-J). Check if FDR is acceptable by querying during pre-bid meeting. Typically, govt. tenders prefer Bank Guarantees for easy invocation, but DD is explicitly mentioned as acceptable.

Q12: We need to submit two separate PBGs (one for SITC, one for CAMC). Can we submit a combined single PBG covering both?

No. The tender requires:

  1. PBG-1: 3% of SITC value, valid till 60 days after warranty completion
  2. PBG-2: 3% of CAMC value, submitted at warranty end, valid till 60 days after CAMC completion

These must be separate because PBG-1 is released only after PBG-2 is submitted. A combined PBG will not meet this staggered release requirement.

Integration & Existing System

Q13: The tender mentions integrating with 139 existing cameras. Can we know the make/model of these cameras before bidding?

You should request this information during the mandatory site visit or by written query to ADG-IT III. The existing camera details are crucial for VMS selection. If DoT does not provide this information, specifically ask during the pre-bid meeting and ensure it's clarified in the corrigendum.

Q14: What if the existing 139 cameras are not ONVIF-compliant? How do we integrate them?

The tender requires "seamless integration with DoT existing 139 CCTV System." Your VMS must support:

  1. ONVIF Profile S (for new cameras)
  2. Legacy protocols: RTSP, HTTP, proprietary protocols for existing cameras

Select a VMS with wide OEM compatibility (500+ supported camera models). If needed, propose protocol converter gateways (budget ~₹50,000-1,00,000) to bridge non-compliant cameras.

Warranty & CAMC

Q15: The warranty starts after "successful operation for minimum one month under supervision of DoT-trained staff." Does this mean warranty starts 30 days after commissioning?

Yes. The warranty clock starts after:

  1. Complete SITC and commissioning
  2. Training of 10 DoT officials
  3. 30-day trial operation under DoT staff supervision
  4. Formal handover and acceptance by DoT

This typically means warranty begins 4-5 months after installation start (120 days install + 30 days trial). Plan your warranty manpower deployment accordingly.

Q16: During the 5-year CAMC, who bears the cost of spare parts?

The contractor (you) bears all costs during CAMC. This is a Comprehensive Annual Maintenance Contract, meaning:

  • Spare parts: Contractor's cost
  • Consumables (CDs, tapes if any): Contractor's cost
  • Replacement cameras/switches (if faulty): Contractor's cost
  • Manpower: Contractor's cost (with EPFO/ESIC reimbursement by DoT)

Only catastrophic damages due to DoT negligence (e.g., intentional destruction) may be billable separately with DoT approval.

Q17: The "daily visit" resource requirement for 72 months seems expensive. Can we deploy a resident engineer instead?

No. The tender explicitly states: "1x Technical Resource for Daily Visit only (Morning/Evening). (Not a resident engineer for 10-5 PM)." This is a deliberate cost-optimization by DoT. You must deploy a technician who:

  • Visits site daily (morning OR evening, ~1-2 hours)
  • Performs system health checks
  • Attends to any reported issues

Deploying a full-time resident engineer when only daily visits are required will erode your CAMC margin. Plan for a technician who can service multiple sites in Delhi.

Compliance & Certifications

Q18: Our server OEM is a US-based company with Indian subsidiary. Does the "land border restriction" apply?

Land border restrictions apply to countries sharing land borders with India (Pakistan, China, Bangladesh, Nepal, Bhutan, Myanmar). US-based companies are not affected by these restrictions. However, ensure:

  1. The server is not manufactured in China (even if US brand)
  2. The majority shareholding is not from a land-bordering country entity
  3. The Indian subsidiary has local manufacturing/assembly (for 60% Make in India compliance)

Verify the server's country of origin and supply chain carefully.

Q19: The tender requires "PPP-MII compliance" and "Form-1." What exactly is Form-1, and who issues it?

Form-1 is a self-declaration format specified in the PPP-MII (Public Procurement Preference to Make in India) policy notification dated 21.10.2024. It must be issued by the OEM (not the bidder) on their letterhead, declaring:

  • Percentage of local content in the product
  • Manufacturing/assembly location in India
  • Value breakup of local vs. imported components

You must obtain Form-1 from each OEM for products requiring Make in India compliance (cameras, switches, servers, workstations, UPS, VMS). Submit these with your technical bid.

Q20: Can we get the tender timeline extended if we need more time to arrange certifications?

You can request a deadline extension during the pre-bid meeting, but it's granted at DoT's discretion. Common reasons for extension requests:

  • Insufficient time to arrange OEM authorization letters
  • Public holidays falling near deadline
  • Clarifications received too close to deadline

However, do not rely on extensions. Start OEM engagement and certification collection immediately upon tender download. Extensions are not guaranteed.


🚀 Actionable Recommendations: Step-by-Step Bidding Roadmap

Phase 1: Pre-Bid Preparation (Days 1-15 from Tender Issue)

gantt title Pre-Bid Preparation Timeline (Days 1-15) dateFormat YYYY-MM-DD section Document Review Download complete tender document :a1, 2025-01-01, 1d Review eligibility criteria & experience req :a2, after a1, 1d Assess internal experience documentation :a3, after a2, 2d section Site Visit Schedule site visit with ADG-IT III :b1, after a1, 2d Conduct mandatory site survey :b2, after b1, 1d Document existing 139 cameras (OEM, models) :b3, after b2, 1d Measure cable routing, rack locations :b4, after b2, 1d section OEM Identification Shortlist STQC-certified camera OEMs :c1, after a1, 3d Identify ONVIF-compliant VMS vendors :c2, after a1, 3d Verify PPP-MII compliant network OEMs :c3, after a1, 3d Check land border compliance for all OEMs :c4, after c3, 2d section Pre-Bid Meeting Prepare list of queries for DoT :d1, after b4, 2d Attend pre-bid meeting (authorization letter):d2, after d1, 1d Review clarifications and corrigendum :d3, after d2, 2d

Critical Actions:

  1. Day 1-2: Eligibility Self-Assessment

    • Review your CPSU's past 3 years of CCTV projects
    • Calculate cumulative project value (must be ≥₹10 Cr OR single project ≥₹5 Cr)
    • Collect completion certificates, work orders, and performance certificates
    • If shortfall, identify partnerships or decide not to bid
  2. Day 3-5: Mandatory Site Visit

    • Call ADG-IT III (011-2303-6277) to schedule visit
    • Bring: Measuring tape, camera, notebook, laptop
    • Document:
      • Existing 139 camera OEMs/models (critical for VMS compatibility)
      • Control room location and available space
      • Cable routing paths (floors, basements, outdoor)
      • Electrical power availability at each floor
      • CISF security procedures (for contractor access)
    • Take photographs (with DoT permission) for design team
  3. Day 3-7: OEM Partner Identification

    • Camera OEM: Verify STQC certification at [STQC website]
      • Shortlist: Check ONVIF.org for profile compliance
      • Request: Sample camera for testing, MAL draft, certifications
    • VMS OEM: Request PoC with existing camera samples
      • Check: OWASP certification, FIPS-140-3, CMMI L-3
      • Verify: Minimum 3 deployments of 1500+ cameras
    • Network OEM: Verify TEC/TSEC certifications
      • Check: NSE/BSE listing, 15-year India presence
      • Confirm: IPR in India, no land border violations
    • Server/Storage OEM: Check Gartner Magic Quadrant
      • Verify: PPP-MII 60% compliance capability
      • Ensure: Same OEM for server and storage
  4. Day 8-10: Pre-Bid Queries Preparation

    • Queries to ask DoT:
      • Exact make/model of 139 existing cameras
      • Control room final location (if not finalized)
      • Site access hours for installation (24x7 or restricted?)
      • Any planned building renovation during project period
      • Clarification on "daily visit" resource requirements
  5. Day 11: Pre-Bid Meeting Attendance

    • Submit authorization letter as per Annexure-K
    • Attend meeting, take detailed notes
    • Collect contact details of DoT officials
  6. Day 12-15: Review Corrigendum

    • DoT may issue corrigendum addressing pre-bid queries
    • Revise solution design based on clarifications
    • Update OEM partnerships if needed

Phase 2: Technical Bid Preparation (Days 16-35)

Weeks 3-4: Documentation Assembly

Task Owner Duration Deliverable
Collect Experience Certificates BD Team 3 days 3 project completion certificates with values ≥₹10 Cr cumulative
Obtain OEM Authorization Letters Procurement 5 days 8 MALs (Camera, VMS, Switch-L3, Switch-PoE, Server, Storage, Workstation, UPS, Passives)
Gather Product Certifications Compliance 7 days STQC, BIS, ISO (9001/14001/27001/45001/27032), CMMI, ONVIF, FIPS-140-3, OWASP
Prepare Make in India Declarations OEM Coordination 5 days Form-1 from all OEMs declaring local content %
Draft Compliance Undertakings Legal Team 3 days Land border, IPR India, No blacklisting, ONVIF, Service center
Create Un-Priced BoQ Technical Team 4 days Annexure-C with OEM names, models, detailed specs
Develop Integration Plan Technical Team 5 days Architecture diagram showing 139 legacy + 345 new cameras, network topology
Prepare Training Plan Project Team 2 days 10-official training schedule, curriculum, materials

Technical Bid Checklist Verification (Day 32-33):

  • Use Section-3 Checklist from tender document
  • Verify all 38 documents are collected and paginated
  • Ensure NO PRICES mentioned anywhere in technical bid
  • Get legal team sign-off on all undertakings
  • Obtain authorized signatory approval on tender acceptance letter

Technical Bid Upload (Day 34-35):

  • Upload on GeM portal 48 hours before deadline
  • Do NOT wait until last minute (server issues common)
  • Take screenshots of successful upload confirmation

Phase 3: Financial Bid Preparation (Days 16-35, Parallel to Technical)

graph TD A[Financial Bid Preparation] --> B[Vendor Quotations] A --> C[Internal Costing] A --> D[Margin Optimization] B --> B1[Camera OEM: 345 units
Negotiate 20-25% discount for volume] B --> B2[Server/Storage OEM: 8 units
Request govt. pricing + support] B --> B3[Network OEM: 69 switches
Bundle discount on PoE + L3] B --> B4[Passive Components: ₹1.5 Cr
Lock-in prices for 120 days] C --> C1[Manpower Cost
₹40k/month x 72 months = ₹28.8L] C --> C2[Project Management
₹15L (PM + civil coordination)] C --> C3[Contingency
5% for unforeseen costs] D --> D1[Target Margin: 10-12%
Balance competitiveness vs. profitability] D --> D2[Compare with Market Rates
Benchmark against similar tenders] D --> D3[Optimize CAMC Pricing
Realistic spare parts budget] B1 --> E[Consolidated Pricing] B2 --> E B3 --> E B4 --> E C1 --> E C2 --> E C3 --> E E --> F[L1 Estimation
Predict competitor pricing] F --> G[Final Price Approval
Senior Management] G --> H[Financial Bid Upload
Separately on GeM]

Costing Assumptions for ₹21 Crore Target:

Category Estimated Cost OEM Discount Net Cost Margin Quoted Price
Cameras (345) ₹6.5 Cr 20% ₹5.2 Cr 15% ₹6.0 Cr
Servers + Storage ₹3.2 Cr 15% ₹2.72 Cr 12% ₹3.05 Cr
Network Equipment ₹2.8 Cr 18% ₹2.30 Cr 12% ₹2.58 Cr
Workstations + UPS ₹1.5 Cr 12% ₹1.32 Cr 10% ₹1.45 Cr
Passive Components ₹1.8 Cr 10% ₹1.62 Cr 8% ₹1.75 Cr
Installation & PM - - ₹1.2 Cr 20% ₹1.44 Cr
72-month Manpower - - ₹28.8 L 15% ₹33.1 L
Spare Stock (CAMC) - - ₹50 L 10% ₹55 L
Sub-Total - - ₹15.99 Cr - ₹18.12 Cr
PBG Cost (6 years) - - ₹12 L - ₹12 L
Contingency (5%) - - ₹80 L - ₹90 L
Grand Total - - - - ₹19.14 Cr
GST @ 18% - - - - ₹3.44 Cr
Total with GST - - - - ₹22.58 Cr

Margin Optimization Strategy:

  • If your quote is ₹22.58 Cr and you estimate competitors at ₹21-24 Cr, you're competitive
  • To achieve L1, consider reducing margin in high-value items (cameras, servers) by 2-3%
  • Do NOT compromise on quality/warranty to chase L1—DoT values post-sales support
  • Factor in 5-year CAMC manpower cost realistically (attrition, salary hikes)

Phase 4: Bid Submission & Follow-Up (Days 36-40)

Day 36-37: Final Review

  • Cross-functional team review: Technical, Finance, Legal, BD
  • Simulate technical evaluation using tender checklist
  • Verify financial bid calculations (₹21 Cr ballpark)
  • Obtain CEO/MD approval on bid pricing

Day 38-39: GeM Portal Submission

  • Login to GeM portal with DSC (Digital Signature Certificate)
  • Upload Technical Bid PDF (clearly marked "TECHNICAL BID - NO PRICES")
  • Upload Financial Bid separately (as per Annexure-D format)
  • Pay portal fees if applicable
  • Submit 48 hours before deadline
  • Download acknowledgment receipt

Day 40: Bid Closing Day

  • Do NOT attempt to submit on closing day (high risk)
  • Monitor GeM portal for any last-minute corrigendum
  • Keep team on standby for any urgent clarifications

Post-Submission (Days 41-60):

  • Technical Bid Opening: DoT will open on scheduled date, may take 15-20 days to evaluate
  • Stay Engaged: If DoT requests PoC/demo, respond within 48 hours
  • Financial Bid Opening: Only if technically qualified (DoT will notify 3-5 days in advance)
  • Negotiation: If prices deemed high, DoT may call L1 for negotiation—have walk-in rates ready
  • Award: If L1 and price reasonable, expect LoA within 7-10 days of financial bid opening

Phase 5: Post-Award Execution (Days 1-120 from Award)

Week 1: Contract Formalities

  • Submit 3% PBG (₹55-60 lakhs) within 15 days
  • Sign contract agreement
  • Receive Work Order
  • Kick-off meeting with ADG-IT III

Week 2-4: Detailed Engineering (20 days)

  • Conduct detailed site survey with engineering team
  • Finalize camera locations (coordinate with CISF for security areas)
  • Prepare detailed drawings:
    • Camera mounting locations (floor plans)
    • Cable routing diagrams (vertical/horizontal)
    • Rack layout and power distribution
    • Network IP addressing scheme
    • Integration architecture with 139 cameras
  • Get drawings approved by DoT

Week 5-8: Procurement (30 days)

  • Release POs to OEMs for all equipment
  • Track delivery timelines (servers: 3-4 weeks, cameras: 2-3 weeks)
  • Arrange customs clearance for imported items (if any)
  • Inspect received material (joint inspection with DoT)
  • Store material securely at site (coordinate with CISF)

Week 9-14: Installation (40 days)

  • Deploy civil contractors for trenching and conduit laying
  • Install racks on each floor (46x 9U + 6x 42U)
  • Lay fiber backbone (11.2 km) and CAT6A horizontal cabling (12.6 km)
  • Mount cameras (coordinate floor-wise to minimize disruption)
  • Install PoE switches in floor racks
  • Install core switches, servers, storage in control room
  • Terminate all cables (patch panels, LIUs)

Week 15-16: Testing & Commissioning (15 days)

  • Network testing (cable certification, link tests)
  • Camera connectivity tests (all 345 cameras live)
  • VMS installation and configuration
  • Integration testing with 139 existing cameras
  • Video quality validation (day/night, various lighting)
  • Recording and playback tests (30-day storage verification)
  • Failover testing (server redundancy)
  • User interface training for Control Room staff

Week 17: Trial Operation (30 days from commissioning)

  • System handover to DoT-trained staff
  • Vendor support engineer on-site daily
  • Monitor system performance 24x7
  • Address any teething issues immediately
  • Maintain detailed log of system uptime

Week 17+: Final Acceptance & Warranty

  • DoT issues Final Acceptance Certificate after 30-day trial
  • Release of 30% commissioning payment
  • Warranty period begins (1 year)
  • CAMC period begins after warranty (5 years)

📊 Industry Context & Market Outlook

Government CCTV Surveillance Market in India

The Indian government's CCTV procurement market has witnessed exponential growth driven by Smart City missions, public safety initiatives, and national security mandates:

Market Size:

  • FY 2023-24: ₹8,500 Crore (government CCTV tenders)
  • FY 2024-25 (Est.): ₹11,200 Crore
  • FY 2025-26 (Projected): ₹14,500 Crore
  • CAGR: 28-32% (2023-2028)

Key Drivers:

  1. Smart City Mission: 100 smart cities each deploying 2,000-5,000 cameras
  2. Safe City Projects: MHA funding for CCTV in 62 cities
  3. Critical Infrastructure Protection: Power plants, airports, government buildings
  4. Nirbhaya Fund: Women's safety-focused CCTV deployments
  5. Border Surveillance: BSF/ITBP procuring thermal + optical cameras

Technology Trends Shaping Future Tenders

Trend Impact on Tenders Timeline Action for CPSUs
AI/ML Video Analytics Mandatory facial recognition, crowd analytics, behavior detection 2025-2027 • Partner with AI companies
• Develop in-house analytics capability
Cloud-Hybrid Storage Shift from on-premise to cloud recording (Azure Gov, AWS Gov) 2026-2028 • Tie up with cloud providers
• Obtain ISO 27017/27018 (cloud security)
5G Integration Real-time streaming over 5G, mobile CCTV (police vehicles) 2025-2026 • Collaborate with BSNL/Jio for 5G pilots
• Develop 5G-ready camera solutions
Cybersecurity Mandates Stricter STQC, CERT-In compliance, quantum-safe encryption 2025-2030 • Invest in cybersecurity certifications
• Build SOC (Security Operations Center)
Make in India Enforcement 70-80% local content requirement by 2027 2025-2027 • Identify domestic OEMs
• Consider in-house manufacturing
Sustainability Requirements Carbon-neutral procurement, energy-efficient cameras 2027-2030 • Partner with green-certified OEMs
• Highlight energy savings in proposals

Competitive Positioning for Future Tenders

Winning CPSUs will differentiate through:

  1. End-to-End Capability: Not just integration, but manufacturing, R&D, cybersecurity

    • Example: BEL manufacturing own cameras + VMS = 100% Make in India
  2. AI/ML Partnerships: Tieups with IIT/IIIT for indigenous AI algorithms

    • Example: RailTel + IIT Delhi for railway video analytics
  3. Cybersecurity Centers of Excellence: In-house STQC testing labs

    • Example: ECIL's secure product development for defense
  4. Pan-India Execution: Ability to handle 10-20 simultaneous projects

    • Example: TCIL's multi-state project management
  5. Sustainability Focus: Solar-powered cameras, edge AI (low bandwidth)

    • Example: BSNL's green network initiatives

🎓 Key Takeaways for CPSUs

Top 10 Success Factors

  1. ✅ Perfect Compliance: 38 documents, zero deviations. Technical evaluation is pass/fail.

  2. ✅ STQC Non-Negotiable: Only bid if camera OEM has valid STQC cyber security certificate on bid opening date.

  3. ✅ VMS Compatibility: Test integration with existing 139 cameras before bidding. Request camera list from DoT.

  4. ✅ Make in India Documentation: Obtain Form-1 from all OEMs declaring 50-60% local content with value breakdown.

  5. ✅ Land Border Diligence: Conduct thorough due diligence on OEM ownership, manufacturing, and IPR location.

  6. ✅ Realistic CAMC Pricing: 72-month manpower + spares costs ₹40-45 lakhs. Don't underbid CAMC to win L1.

  7. ✅ 120-Day Timeline: Aggressive but achievable. Pre-order servers/storage. Work nights/weekends for installation.

  8. ✅ Integration Complexity: This is not a greenfield project. Seamless integration with legacy 139 cameras is critical.

  9. ✅ Daily Visit Resource: Not a resident engineer. Optimize for multi-site daily visits to control CAMC costs.

  10. ✅ Long-Term Relationship: This is a 6-year engagement. Deliver quality; DoT is a key reference client for future tenders.

Red Flags to Avoid

Mistake Consequence Prevention
Quoting prices in Technical Bid Instant disqualification Use separate folders, label clearly, final legal review
Offering non-STQC cameras Technical rejection Verify STQC status on govt. website, not just OEM claim
Missing OEM Authorization Non-responsive bid Engage OEMs 20 days before deadline, get MAL drafts early
Land border non-compliance Post-award termination + blacklisting Use MHA advisory list, verify ultimate beneficial owners
Unrealistic L1 pricing Margin squeeze, CAMC losses Build realistic costing model, don't underbid by >15%
Weak integration plan DoT may reject or demand PoC Test VMS with existing camera samples during site visit
Ignoring PBG cost Cash flow issue, delays award Factor 1.5-2% bank charges in pricing, arrange limits early

📞 Contact Information & Important Dates

DoT Contact Details

Role Name/Designation Contact
Tender Issuing Authority ADG (IT-III), DoT HQ Phone: 011-2303-6277
Email Assistant Director General (IT-III) [email protected]
Office Address Department of Telecommunications
IT Division, Room No. 1408
Sanchar Bhawan, 20 Ashoka Road
New Delhi - 110001
Office Hours: 10:00 AM - 5:00 PM (Working Days)
Technical Clarifications ADG (IT-III) 10 days before bid closing
Pre-Bid Meeting To be notified via corrigendum Attend with Authorization Letter (Annex-K)

Critical Dates (To be confirmed on GeM Portal)

Milestone Date Action Required
Tender Issue Date As per GeM Portal Download complete tender
Site Visit Window Within 7 days of issue Mandatory - schedule with ADG-IT III
Last Date for Queries 10 days before closing Submit via email to [email protected]
Pre-Bid Meeting To be notified Attend with Authorization Letter
Bid Submission Start As per GeM Portal Upload Technical + Financial bids
Bid Submission Closing As per GeM Portal Do not wait until last minute
Technical Bid Opening As per GeM Portal Public opening, bidders may attend
Financial Bid Opening To be intimated later Only for technically qualified bidders

Important Links


📝 Conclusion: Seize This Strategic Opportunity

The DoT CCTV Tender 2025 represents a ₹21 Crore revenue opportunity with a 6-year relationship potential (1 year warranty + 5 years CAMC). For CPSUs with the requisite experience (₹10 Cr/3 projects or ₹5 Cr/1 project), this is a low-competition, high-value tender that can significantly enhance your portfolio and credentials.

Why This Tender Matters:

  1. Strategic Client: Ministry of Communications is a key stakeholder in India's digital infrastructure. Successful delivery here opens doors to DoT circle offices, BSNL, and telecom PSU projects.

  2. Technical Showcase: Integration with 139 legacy cameras demonstrates advanced system integration capabilities—a differentiator for future smart city and critical infrastructure tenders.

  3. Compliance Mastery: Meeting 38 document requirements, STQC certification, PPP-MII compliance, and land border restrictions proves your CPSU's operational maturity.

  4. Long-Term Revenue: The 5-year CAMC ensures recurring revenue of ₹50 lakhs annually, improving your order book visibility and customer lifetime value.

  5. Competitive Positioning: With only 5-8 eligible CPSUs likely to bid, your chances of winning (if well-prepared) are significantly higher than open tenders.

Final Call to Action:

Start Immediately: Download tender, conduct site visit, engage OEMs (especially for STQC certification verification)

Build the Right Team: Form a cross-functional bid team (Technical, Compliance, Finance, Legal, Project Management)

Choose OEMs Wisely: Prioritize STQC-certified, ONVIF-compliant, Make-in-India certified OEMs with no land border issues

Price Competitively: Target 10-12% margin, don't underprice CAMC (72-month commitment is costly)

Deliver Impeccably: If awarded, execute within 120 days, deliver seamless integration, and provide stellar CAMC service

This tender is not just a one-time contract—it's a 6-year partnership with a prestigious central government ministry. Deliver well, and you'll be the preferred partner for DoT's future technology modernization projects.

Good luck with your bid! May the best CPSU win.


T

TenderDekho Research Team

Expert in government tenders and business development with over 10 years of experience helping companies win lucrative contracts.

Published 18 October 2025

Ready to Start Winning Tenders?

Join thousands of successful businesses using TenderDekho to discover opportunities and grow their government contracts portfolio.