Notice Information
Notice Title
Providing Housekeeping Services to British High Commission & British Deputy High Commissions in India
Notice Description
The British High Commission (BHC) and British Deputy High Commissions (BDHCs) in India intends to engage a competent supplier(s) through a competitive tender process for providing houskeeping services at offices across India. The contract will be initially for the duration of Three (03) years, with an option to extend for additional 24 months, based on satisfactory performance provided by the selected service provider(s) and continued business requirement at the BHC and BDHCs.The contract is expected to start from 1 March 2026 and shall expire on 28 Feb 2029 (tentative dates for the initial contract phase). The scope includes cleaning of offices, residences, recreational areas, and event spaces, along with waste management, composting, and support for meetings and functions. Contractors must provide trained personnel, equipment, and consumables, and adhere to strict hygiene, safety, and performance standards. Services also cover reactive and planned cleaning, including high-level surfaces, IT rooms, and food preparation areas. There will be 7 LOTs (7 ITTs) in the teder repersenting the High Commission and Deputy High Commissions accross India where housekeeping services are required, Interested bidder can apply in minimum one lot to all lots as per their presence and expertise. The Seven deivery locations are 1. British High Commission in New Delhi 2. British Deputy High Commission in Mumbai 3. British Deputy High Commission in Chennai 4. British Deputy High Commission in Bangaluru 5. British Deputy High Commission in Kolkata 6. British Deputy High Commission in Ahmedabad 7. British Deputy High Commission in Hyderabad
Lot Information
Providing Housekeeping Services at the British High Commission in New Delhi
The British High Commission in New Delhi requires comprehensive housekeeping services across its 24-acre compound, which includes office buildings, 70 residential accommodations, and ancillary facilities. The scope covers routine and planned cleaning of internal and external areas, waste management with composting solutions, roof and gutter cleaning, and support for meetings and events. Services also include replenishment of consumables, handling logistics such as loading/unloading furniture, and maintaining hygiene standards in kitchens, toilets, and recreational areas. Additional requirements include provision of a swimming pool lifeguard and adherence to green cleaning practices. The contract will be initially for the duration of Three (03) years, with an option to extend for additional 24 months, based on satisfactory performance provided by the selected service provider and continued business requirement at the British High Commission, New Delhi.The contract is expected to start from 1 March 2026 and shall expire on 28 Feb 2029 (tentative dates for the initial contract phase). Detailed scope, cleaning schedule and rest of other infirmation will be mentioned in tender documents.
Renewal: Initial contract period is for 3 years with an option of further extension for 2 years subject to satisfactory performance by the selected supplier and continued business requirement at BHC/BDHCs at the end of initial term.
Providing Housekeeping Services at the British Deputy High Commission in MumbaiThe British Deputy High Commission in Mumbai requires housekeeping services for its office premises at location. The scope includes daily cleaning of offices, toilets, pantries, and common areas, waste segregation and disposal, and support for meetings and events. The contractor must ensure replenishment of consumables, maintain hygiene standards, and provide manpower for ad-hoc tasks such as moving furniture. Weekend and public holiday coverage may be required, with overtime compensation applicable. The contract will be initially for the duration of Three (03) years, with an option to extend for additional 24 months, based on satisfactory performance provided by the selected service provider and continued business requirement at the British Deputy High Commission, Mumbai .The contract is expected to start from 1 March 2026 and shall expire on 28 Feb 2029 (tentative dates for the initial contract phase). Detailed scope, cleaning schedule and rest of other infirmation will be mentioned in tender documents.
Renewal: Initial contract period is for 3 years with an option of further extension for 2 years subject to satisfactory performance by the selected supplier and continued business requirement at BHC/BDHCs at the end of initial term.
Providing Housekeeping Services at the British Deputy High Commission in ChennaiThe British Deputy High Commission in Chennai requires housekeeping services for its office and residential properties, including the official residence 'Cottingley.' Services include routine and planned cleaning, waste management, and pantry maintenance. Additional requirements include a professional gardener for the large garden, a pool operator who can assist with housekeeping tasks, and carpet shampooing services. Support for official events and adherence to hygiene standards in kitchens and toilets are mandatory. The contract will be initially for the duration of Three (03) years, with an option to extend for additional 24 months, based on satisfactory performance provided by the selected service provider and continued business requirement at the British Deputy High Commission, Chennai .The contract is expected to start from 1 March 2026 and shall expire on 28 Feb 2029 (tentative dates for the initial contract phase). Detailed scope, cleaning schedule and rest of other infirmation will be mentioned in tender documents.
Renewal: Initial contract period is for 3 years with an option of further extension for 2 years subject to satisfactory performance by the selected supplier and continued business requirement at BHC/BDHCs at the end of initial term.
Providing Housekeeping Services at the British Deputy High Commission in BengaluruThe British Deputy High Commission in Bengaluru requires housekeeping services for its office and residential properties. The scope includes routine cleaning, waste management, and pantry upkeep. The contractor must provide relievers for existing housekeeping staff and assist with tea/coffee service for visitors. Additional tasks include support for meetings and events, replenishment of consumables, and adherence to hygiene standards. The contract will be initially for the duration of Three (03) years, with an option to extend for additional 24 months, based on satisfactory performance provided by the selected service provider and continued business requirement at the British Deputy High Commission, Bengaluru .The contract is expected to start from 1 March 2026 and shall expire on 28 Feb 2029 (tentative dates for the initial contract phase). Detailed scope, cleaning schedule and rest of other infirmation will be mentioned in tender documents.
Renewal: Initial contract period is for 3 years with an option of further extension for 2 years subject to satisfactory performance by the selected supplier and continued business requirement at BHC/BDHCs at the end of initial term.
Providing Housekeeping Services at the British Deputy High Commission in KolkataThe British Deputy High Commission in Kolkata requires housekeeping services for its office and residential property. The scope includes routine and planned cleaning, waste management, and pantry maintenance. Additional requirements include a full-time gardener at the residence and a part-time gardener at the office, carpet cleaning for an area of 212.21 square meters, when required, and tea/coffee service for visitors. Support for events and adherence to hygiene standards are essential. The contract will be initially for the duration of Three (03) years, with an option to extend for additional 24 months, based on satisfactory performance provided by the selected service provider and continued business requirement at the British Deputy High Commission, Kolkata .The contract is expected to start from 1 March 2026 and shall expire on 28 Feb 2029 (tentative dates for the initial contract phase). Detailed scope, cleaning schedule and rest of other infirmation will be mentioned in tender documents.
Renewal: Initial contract period is for 3 years with an option of further extension for 2 years subject to satisfactory performance by the selected supplier and continued business requirement at BHC/BDHCs at the end of initial term.
Providing Housekeeping Services at the British Deputy High Commission in AhmedabadThe British Deputy High Commission in Ahmedabad requires housekeeping services exclusively for its residence. The scope includes daily cleaning, laundry, kitchen upkeep, and waste segregation. Additional tasks include periodic deep cleaning, coordination for maintenance works (plumbing, electrical, carpentry), and support for events at the residence. The contractor must ensure proper inventory management and compliance with hygiene standards. The contract will be initially for the duration of Three (03) years, with an option to extend for additional 24 months, based on satisfactory performance provided by the selected service provider and continued business requirement at the British Deputy High Commission, Ahmedabad .The contract is expected to start from 1 March 2026 and shall expire on 28 Feb 2029 (tentative dates for the initial contract phase). Detailed scope, cleaning schedule and rest of other infirmation will be mentioned in tender documents.
Renewal: Initial contract period is for 3 years with an option of further extension for 2 years subject to satisfactory performance by the selected supplier and continued business requirement at BHC/BDHCs at the end of initial term.
Providing Housekeeping Services at the British Deputy High Commission in HyderabadThe British Deputy High Commission in Hyderabad requires housekeeping services for its residence, which hosts official events and dinners. The scope includes routine cleaning, laundry, kitchen maintenance, and assistance during events, including serving guests and washing utensils. Additional requirements include a gardener for the residence, waste disposal services in coordination with local authorities, and adherence to hygiene standards. The contractor must also provide manpower for lifting heavy objects as needed. The contract will be initially for the duration of Three (03) years, with an option to extend for additional 24 months, based on satisfactory performance provided by the selected service provider and continued business requirement at the British Deputy High Commission, Hyderabad.The contract is expected to start from 1 March 2026 and shall expire on 28 Feb 2029 (tentative dates for the initial contract phase). Detailed scope, cleaning schedule and rest of other infirmation will be mentioned in tender documents.
Renewal: Initial contract period is for 3 years with an option of further extension for 2 years subject to satisfactory performance by the selected supplier and continued business requirement at BHC/BDHCs at the end of initial term.
Planning Information
Early Market engagement is being planned on 30th September 2025. Suitable and interested suppliers are invited to participate in the virtual market engagement session. The prime objective of organising this session is to share our tentative requirements and gain understanding of what can be provided or achieved by the players in the Local Market. A presentation will be shared with suppliers which will include FCDO's procurement procedures, possible bid evaluation criteria and overall project timelines. Interested suppliers should register their interest in participating this event by filling this form https://forms.office.com/e/NBx3Caa6wg A joining link to this virtual market engagement will be shared with suppliers who have completed this form, please ensure your details are shared with us by 25th Sept 2025
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-059659
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/083168-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
98 - Other community, social and personal services
-
- CPV Codes
98341110 - Housekeeping services
Notice Value(s)
- Tender Value
- £1,230,253 £1M-£10M
- Lots Value
- £1,230,253 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Dec 20252 months ago
- Submission Deadline
- 15 Jan 2026Expired
- Future Notice Date
- 3 Oct 2025Expired
- Award Date
- Not specified
- Contract Period
- 1 Mar 2026 - 28 Feb 2029 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FOREIGN, COMMONWEALTH AND DEVELOPMENT OFFICE
- Contact Name
- Nikhil Kalra
- Contact Email
- southasia.procurement@fcdo.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1A 2AH
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/083168-2025
16th December 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/054886-2025
9th September 2025 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-059659-2025-12-16T10:03:20Z",
"date": "2025-12-16T10:03:20Z",
"ocid": "ocds-h6vhtk-059659",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PXRR-8771-PHVX",
"name": "Foreign, Commonwealth and Development Office",
"identifier": {
"scheme": "GB-PPON",
"id": "PXRR-8771-PHVX"
},
"address": {
"streetAddress": "King Charles Street",
"locality": "London",
"postalCode": "SW1A 2AH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"name": "Nikhil Kalra",
"email": "southasia.procurement@fcdo.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/foreign-commonwealth-development-office",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PXRR-8771-PHVX",
"name": "Foreign, Commonwealth and Development Office"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Early Market engagement is being planned on 30th September 2025. Suitable and interested suppliers are invited to participate in the virtual market engagement session. The prime objective of organising this session is to share our tentative requirements and gain understanding of what can be provided or achieved by the players in the Local Market. A presentation will be shared with suppliers which will include FCDO's procurement procedures, possible bid evaluation criteria and overall project timelines. Interested suppliers should register their interest in participating this event by filling this form https://forms.office.com/e/NBx3Caa6wg A joining link to this virtual market engagement will be shared with suppliers who have completed this form, please ensure your details are shared with us by 25th Sept 2025",
"dueDate": "2025-09-30T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "054886-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/054886-2025",
"datePublished": "2025-09-09T10:23:31+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "CPG-12357-2025",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Providing Housekeeping Services to British High Commission & British Deputy High Commissions in India",
"description": "The British High Commission (BHC) and British Deputy High Commissions (BDHCs) in India intends to engage a competent supplier(s) through a competitive tender process for providing houskeeping services at offices across India. The contract will be initially for the duration of Three (03) years, with an option to extend for additional 24 months, based on satisfactory performance provided by the selected service provider(s) and continued business requirement at the BHC and BDHCs.The contract is expected to start from 1 March 2026 and shall expire on 28 Feb 2029 (tentative dates for the initial contract phase). The scope includes cleaning of offices, residences, recreational areas, and event spaces, along with waste management, composting, and support for meetings and functions. Contractors must provide trained personnel, equipment, and consumables, and adhere to strict hygiene, safety, and performance standards. Services also cover reactive and planned cleaning, including high-level surfaces, IT rooms, and food preparation areas. There will be 7 LOTs (7 ITTs) in the teder repersenting the High Commission and Deputy High Commissions accross India where housekeeping services are required, Interested bidder can apply in minimum one lot to all lots as per their presence and expertise. The Seven deivery locations are 1. British High Commission in New Delhi 2. British Deputy High Commission in Mumbai 3. British Deputy High Commission in Chennai 4. British Deputy High Commission in Bangaluru 5. British Deputy High Commission in Kolkata 6. British Deputy High Commission in Ahmedabad 7. British Deputy High Commission in Hyderabad",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "98341110",
"description": "Housekeeping services"
}
],
"deliveryAddresses": [
{
"region": "IN",
"country": "IN",
"countryName": "India"
},
{
"region": "IN",
"country": "IN",
"countryName": "India"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "98341110",
"description": "Housekeeping services"
}
],
"deliveryAddresses": [
{
"region": "IN",
"country": "IN",
"countryName": "India"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "98341110",
"description": "Housekeeping services"
}
],
"deliveryAddresses": [
{
"region": "IN",
"country": "IN",
"countryName": "India"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "98341110",
"description": "Housekeeping services"
}
],
"deliveryAddresses": [
{
"region": "IN",
"country": "IN",
"countryName": "India"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "98341110",
"description": "Housekeeping services"
}
],
"deliveryAddresses": [
{
"region": "IN",
"country": "IN",
"countryName": "India"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "98341110",
"description": "Housekeeping services"
}
],
"deliveryAddresses": [
{
"region": "IN",
"country": "IN",
"countryName": "India"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "98341110",
"description": "Housekeeping services"
}
],
"deliveryAddresses": [
{
"region": "IN",
"country": "IN",
"countryName": "India"
}
],
"relatedLot": "7"
}
],
"value": {
"amountGross": 1230253,
"amount": 1230253,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-03-01T00:00:00+00:00",
"endDate": "2029-02-28T23:59:59+00:00",
"maxExtentDate": "2031-02-28T23:59:59+00:00"
},
"hasRenewal": true,
"status": "active",
"title": "Providing Housekeeping Services at the British High Commission in New Delhi",
"description": "The British High Commission in New Delhi requires comprehensive housekeeping services across its 24-acre compound, which includes office buildings, 70 residential accommodations, and ancillary facilities. The scope covers routine and planned cleaning of internal and external areas, waste management with composting solutions, roof and gutter cleaning, and support for meetings and events. Services also include replenishment of consumables, handling logistics such as loading/unloading furniture, and maintaining hygiene standards in kitchens, toilets, and recreational areas. Additional requirements include provision of a swimming pool lifeguard and adherence to green cleaning practices. The contract will be initially for the duration of Three (03) years, with an option to extend for additional 24 months, based on satisfactory performance provided by the selected service provider and continued business requirement at the British High Commission, New Delhi.The contract is expected to start from 1 March 2026 and shall expire on 28 Feb 2029 (tentative dates for the initial contract phase). Detailed scope, cleaning schedule and rest of other infirmation will be mentioned in tender documents.",
"value": {
"amountGross": 710407,
"amount": 710407,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Criteria 1 - Experience & Capability",
"description": "a) Please provide details of at least 3 contracts, from both the private and public sector that are relevant to the requirement as in SOSR. Contracts for these services should have been performed within the past 3 years and must be active contract and must be for the location where the services are proposed. b) Please provide completion certificates for contracts/ works which have already been delivered/ completed successfully (at least 3). c)Please provide names of the contact Person, address, telephone number and reference letter from these clients. This is to enable BHC to carry out a background check. d)Contractor must have an office at the location of service if its sub contracted, the sub-contractor should also have an office at the location of Service. *Please note that scoring will be done on the basis of the sub-contractor documents (if the work has been sub-contracted). (please provide details of sub-contractor(s) too if any of the services in this contract is sublet ):",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 2 - Internal HR Practices",
"description": "a) Please explain your recruitment process of the staff and the payment processing procedures. b) Please set out how you will ensure that all staff are fully vetted and meet the required qualifications prior to and during the contract period. Please include your standard operating procedures for Recruitment and Vetting of Supervisors and Housekeepers. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria. c) Provide details of the social security benefits provided to the employees (Like ESI, PF, Leave entitlements and adherence to minimum wages as notified by the respective State Government). d) Provide details of your internal processes to prevent sexual harassment, discrimination or abuse, in any form, and how staff are able to call this out with confidence and protection.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 3 - Methodology",
"description": "a) Please describe your approach and methodology to perform each element of the requirement of this contract as described in the Statement of Service Requirement (see Attachment). b) The roles played by key members/ organisation's organogram and that of local offices where the vendor is bidding for more than one location, or a sub-contractor in case of sub-contracting, especially to other locations from where the vendor is based. c) How you would manage workforce, number of staff deputed and supervision of the works/ services. How many no. of relievers (security cleared) will be provided as per manpower requirement for each post as a mandatory number to be available at all times. d) Please provide training module and plans that you provide to your Housekeepers and Supervisors prior to and during the contract period. e) Please provide waste management plan for the location of service in line with local laws from the municipal corporation. f) Please provide details on how KPI's will be monitored and who will be the dedicated contact person for monthly KPI meetings. (In Case of Sub-contracting please provide documents for sub-contractor too)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 4 - Quality Assurance",
"description": "a) Please provide details of quality assurance and monitoring procedures for the delivery of the service of the contract. b) Please share how would you ensure maintaining service level agreement (SLA) and KPI's as per attached document. (In Case of Sub-contracting please provide documents for sub-contractor too)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 5 - Mobilization",
"description": "Please provide a detailed plan outlining your arrangements for effective and smooth take-over/mobilisation of the services (highlighting any anticipated problems and mitigation plans). Please include a timetable.",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 6 - Escalation Matrix and Staff Details",
"description": "Must provide separate documents for every post/location a) Please provide separate escalation matrix for each post of service on how you will monitor and respond to customer complaints. For example, separate escalation matrix for Mumbai and separate for Delhi and others. b) For Each post Please provide sample CVs of your Managers and Supervisors, who could be deputed for this assignment. Each should have a minimum of 3 years' experience in the role and they should be fluent in English Language. c) Provide CV of Gardeners for Chennai, Kolkata and Hyderabad, Provide CV of Front Office staff for Kolkata, provide CV of Pool Operator cum Housekeeping Staff for Chennai. Provide CVS for Swimming Pool Life Guard for Delhi (In Case of Sub-contracting please provide documents for sub-contractor too for each criteria)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 7 - Health and Safety (H&S)",
"description": "a) Please share company's health and safety policy/ formal safety management systems. b) Please explain how would you ensure abiding to FCDO's H&S policies as mentioned in SOSR attached e.g., share samples of Risk Assessment and method statements, documents for control of substances hazardous to health/ material safety data sheet (COSHH/ MSDS) for similar works undertaken. Please share sample certificates where required as mentioned in scope of work. (In Case of Sub-contracting please provide documents for sub-contractor too for each criteria)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Commercial",
"description": "A full assessment of the total price breakdown for the full Contract Period in the format requested (Volume 3). In order to be able to make a full assessment of the submitted total price breakdown commercial evaluation will be carried out in the following manner: the most competitively priced proposal submitted will score 160 points and the remaining proposals are awarded consequent scores based on an inverse percentage of the difference between the most advantageous tender received and the other proposals under consideration.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Suppliers/Bidders for this tender should be legally registered in India with relevant trade and government bodies to operate in India. Registered businesses should be compliant with various laws and regulations, including taxations, labour laws and other relevant laws/acts"
},
{
"type": "technical",
"description": "Please refer the documentation in tender pack"
}
]
},
"renewal": {
"description": "Initial contract period is for 3 years with an option of further extension for 2 years subject to satisfactory performance by the selected supplier and continued business requirement at BHC/BDHCs at the end of initial term."
}
},
{
"id": "2",
"title": "Providing Housekeeping Services at the British Deputy High Commission in Mumbai",
"description": "The British Deputy High Commission in Mumbai requires housekeeping services for its office premises at location. The scope includes daily cleaning of offices, toilets, pantries, and common areas, waste segregation and disposal, and support for meetings and events. The contractor must ensure replenishment of consumables, maintain hygiene standards, and provide manpower for ad-hoc tasks such as moving furniture. Weekend and public holiday coverage may be required, with overtime compensation applicable. The contract will be initially for the duration of Three (03) years, with an option to extend for additional 24 months, based on satisfactory performance provided by the selected service provider and continued business requirement at the British Deputy High Commission, Mumbai .The contract is expected to start from 1 March 2026 and shall expire on 28 Feb 2029 (tentative dates for the initial contract phase). Detailed scope, cleaning schedule and rest of other infirmation will be mentioned in tender documents.",
"status": "active",
"value": {
"amountGross": 73459,
"amount": 73459,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Criteria 1 - Experience & Capability",
"description": "a) Please provide details of at least 3 contracts, from both the private and public sector that are relevant to the requirement as in SOSR. Contracts for these services should have been performed within the past 3 years and must be active contract and must be for the location where the services are proposed. b) Please provide completion certificates for contracts/ works which have already been delivered/ completed successfully (at least 3). c)Please provide names of the contact Person, address, telephone number and reference letter from these clients. This is to enable BHC to carry out a background check. d)Contractor must have an office at the location of service if its sub contracted, the sub-contractor should also have an office at the location of Service. *Please note that scoring will be done on the basis of the sub-contractor documents (if the work has been sub-contracted). (please provide details of sub-contractor(s) too if any of the services in this contract is sublet ):",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 2 - Internal HR Practices",
"description": "a) Please explain your recruitment process of the staff and the payment processing procedures. b) Please set out how you will ensure that all staff are fully vetted and meet the required qualifications prior to and during the contract period. Please include your standard operating procedures for Recruitment and Vetting of Supervisors and Housekeepers. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria. c) Provide details of the social security benefits provided to the employees (Like ESI, PF, Leave entitlements and adherence to minimum wages as notified by the respective State Government). d) Provide details of your internal processes to prevent sexual harassment, discrimination or abuse, in any form, and how staff are able to call this out with confidence and protection.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 3 - Methodology",
"description": "a) Please describe your approach and methodology to perform each element of the requirement of this contract as described in the Statement of Service Requirement (see Attachment). b) The roles played by key members/ organisation's organogram and that of local offices where the vendor is bidding for more than one location, or a sub-contractor in case of sub-contracting, especially to other locations from where the vendor is based. c) How you would manage workforce, number of staff deputed and supervision of the works/ services. How many no. of relievers (security cleared) will be provided as per manpower requirement for each post as a mandatory number to be available at all times. d) Please provide training module and plans that you provide to your Housekeepers and Supervisors prior to and during the contract period. e) Please provide waste management plan for the location of service in line with local laws from the municipal corporation. f) Please provide details on how KPI's will be monitored and who will be the dedicated contact person for monthly KPI meetings. (In Case of Sub-contracting please provide documents for sub-contractor too)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 4 - Quality Assurance",
"description": "a) Please provide details of quality assurance and monitoring procedures for the delivery of the service of the contract. b) Please share how would you ensure maintaining service level agreement (SLA) and KPI's as per attached document. (In Case of Sub-contracting please provide documents for sub-contractor too)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 5 - Mobilization",
"description": "Please provide a detailed plan outlining your arrangements for effective and smooth take-over/mobilisation of the services (highlighting any anticipated problems and mitigation plans). Please include a timetable.",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 6 - Escalation Matrix and Staff Details",
"description": "Must provide separate documents for every post/location a) Please provide separate escalation matrix for each post of service on how you will monitor and respond to customer complaints. For example, separate escalation matrix for Mumbai and separate for Delhi and others. b) For Each post Please provide sample CVs of your Managers and Supervisors, who could be deputed for this assignment. Each should have a minimum of 3 years' experience in the role and they should be fluent in English Language. c) Provide CV of Gardeners for Chennai, Kolkata and Hyderabad, Provide CV of Front Office staff for Kolkata, provide CV of Pool Operator cum Housekeeping Staff for Chennai. Provide CVS for Swimming Pool Life Guard for Delhi (In Case of Sub-contracting please provide documents for sub-contractor too for each criteria)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 7 - Health and Safety (H&S)",
"description": "a) Please share company's health and safety policy/ formal safety management systems. b) Please explain how would you ensure abiding to FCDO's H&S policies as mentioned in SOSR attached e.g., share samples of Risk Assessment and method statements, documents for control of substances hazardous to health/ material safety data sheet (COSHH/ MSDS) for similar works undertaken. Please share sample certificates where required as mentioned in scope of work. (In Case of Sub-contracting please provide documents for sub-contractor too for each criteria)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Commercial",
"description": "A full assessment of the total price breakdown for the full Contract Period in the format requested (Volume 3). In order to be able to make a full assessment of the submitted total price breakdown commercial evaluation will be carried out in the following manner: the most competitively priced proposal submitted will score 160 points and the remaining proposals are awarded consequent scores based on an inverse percentage of the difference between the most advantageous tender received and the other proposals under consideration.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Suppliers/Bidders for this tender should be legally registered in India with relevant trade and government bodies to operate in India. Registered businesses should be compliant with various laws and regulations, including taxations, labour laws and other relevant laws/acts"
},
{
"type": "technical",
"description": "Please refer the documentation in tender pack"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-03-01T00:00:00+00:00",
"endDate": "2029-02-28T23:59:59+00:00",
"maxExtentDate": "2031-02-28T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "Initial contract period is for 3 years with an option of further extension for 2 years subject to satisfactory performance by the selected supplier and continued business requirement at BHC/BDHCs at the end of initial term."
}
},
{
"id": "3",
"title": "Providing Housekeeping Services at the British Deputy High Commission in Chennai",
"description": "The British Deputy High Commission in Chennai requires housekeeping services for its office and residential properties, including the official residence 'Cottingley.' Services include routine and planned cleaning, waste management, and pantry maintenance. Additional requirements include a professional gardener for the large garden, a pool operator who can assist with housekeeping tasks, and carpet shampooing services. Support for official events and adherence to hygiene standards in kitchens and toilets are mandatory. The contract will be initially for the duration of Three (03) years, with an option to extend for additional 24 months, based on satisfactory performance provided by the selected service provider and continued business requirement at the British Deputy High Commission, Chennai .The contract is expected to start from 1 March 2026 and shall expire on 28 Feb 2029 (tentative dates for the initial contract phase). Detailed scope, cleaning schedule and rest of other infirmation will be mentioned in tender documents.",
"status": "active",
"value": {
"amountGross": 181941,
"amount": 181941,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Criteria 1 - Experience & Capability",
"description": "a) Please provide details of at least 3 contracts, from both the private and public sector that are relevant to the requirement as in SOSR. Contracts for these services should have been performed within the past 3 years and must be active contract and must be for the location where the services are proposed. b) Please provide completion certificates for contracts/ works which have already been delivered/ completed successfully (at least 3). c)Please provide names of the contact Person, address, telephone number and reference letter from these clients. This is to enable BHC to carry out a background check. d)Contractor must have an office at the location of service if its sub contracted, the sub-contractor should also have an office at the location of Service. *Please note that scoring will be done on the basis of the sub-contractor documents (if the work has been sub-contracted). (please provide details of sub-contractor(s) too if any of the services in this contract is sublet ):",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 2 - Internal HR Practices",
"description": "a) Please explain your recruitment process of the staff and the payment processing procedures. b) Please set out how you will ensure that all staff are fully vetted and meet the required qualifications prior to and during the contract period. Please include your standard operating procedures for Recruitment and Vetting of Supervisors and Housekeepers. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria. c) Provide details of the social security benefits provided to the employees (Like ESI, PF, Leave entitlements and adherence to minimum wages as notified by the respective State Government). d) Provide details of your internal processes to prevent sexual harassment, discrimination or abuse, in any form, and how staff are able to call this out with confidence and protection.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 3 - Methodology",
"description": "a) Please describe your approach and methodology to perform each element of the requirement of this contract as described in the Statement of Service Requirement (see Attachment). b) The roles played by key members/ organisation's organogram and that of local offices where the vendor is bidding for more than one location, or a sub-contractor in case of sub-contracting, especially to other locations from where the vendor is based. c) How you would manage workforce, number of staff deputed and supervision of the works/ services. How many no. of relievers (security cleared) will be provided as per manpower requirement for each post as a mandatory number to be available at all times. d) Please provide training module and plans that you provide to your Housekeepers and Supervisors prior to and during the contract period. e) Please provide waste management plan for the location of service in line with local laws from the municipal corporation. f) Please provide details on how KPI's will be monitored and who will be the dedicated contact person for monthly KPI meetings. (In Case of Sub-contracting please provide documents for sub-contractor too)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 4 - Quality Assurance",
"description": "a) Please provide details of quality assurance and monitoring procedures for the delivery of the service of the contract. b) Please share how would you ensure maintaining service level agreement (SLA) and KPI's as per attached document. (In Case of Sub-contracting please provide documents for sub-contractor too)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 5 - Mobilization",
"description": "Please provide a detailed plan outlining your arrangements for effective and smooth take-over/mobilisation of the services (highlighting any anticipated problems and mitigation plans). Please include a timetable.",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 6 - Escalation Matrix and Staff Details",
"description": "Must provide separate documents for every post/location a) Please provide separate escalation matrix for each post of service on how you will monitor and respond to customer complaints. For example, separate escalation matrix for Mumbai and separate for Delhi and others. b) For Each post Please provide sample CVs of your Managers and Supervisors, who could be deputed for this assignment. Each should have a minimum of 3 years' experience in the role and they should be fluent in English Language. c) Provide CV of Gardeners for Chennai, Kolkata and Hyderabad, Provide CV of Front Office staff for Kolkata, provide CV of Pool Operator cum Housekeeping Staff for Chennai. Provide CVS for Swimming Pool Life Guard for Delhi (In Case of Sub-contracting please provide documents for sub-contractor too for each criteria)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 7 - Health and Safety (H&S)",
"description": "a) Please share company's health and safety policy/ formal safety management systems. b) Please explain how would you ensure abiding to FCDO's H&S policies as mentioned in SOSR attached e.g., share samples of Risk Assessment and method statements, documents for control of substances hazardous to health/ material safety data sheet (COSHH/ MSDS) for similar works undertaken. Please share sample certificates where required as mentioned in scope of work. (In Case of Sub-contracting please provide documents for sub-contractor too for each criteria)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Commercial",
"description": "A full assessment of the total price breakdown for the full Contract Period in the format requested (Volume 3). In order to be able to make a full assessment of the submitted total price breakdown commercial evaluation will be carried out in the following manner: the most competitively priced proposal submitted will score 160 points and the remaining proposals are awarded consequent scores based on an inverse percentage of the difference between the most advantageous tender received and the other proposals under consideration.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Suppliers/Bidders for this tender should be legally registered in India with relevant trade and government bodies to operate in India. Registered businesses should be compliant with various laws and regulations, including taxations, labour laws and other relevant laws/acts"
},
{
"type": "technical",
"description": "Please refer the documentation in tender pack"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-03-01T00:00:00+00:00",
"endDate": "2029-02-28T23:59:59+00:00",
"maxExtentDate": "2031-02-28T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "Initial contract period is for 3 years with an option of further extension for 2 years subject to satisfactory performance by the selected supplier and continued business requirement at BHC/BDHCs at the end of initial term."
}
},
{
"id": "4",
"title": "Providing Housekeeping Services at the British Deputy High Commission in Bengaluru",
"description": "The British Deputy High Commission in Bengaluru requires housekeeping services for its office and residential properties. The scope includes routine cleaning, waste management, and pantry upkeep. The contractor must provide relievers for existing housekeeping staff and assist with tea/coffee service for visitors. Additional tasks include support for meetings and events, replenishment of consumables, and adherence to hygiene standards. The contract will be initially for the duration of Three (03) years, with an option to extend for additional 24 months, based on satisfactory performance provided by the selected service provider and continued business requirement at the British Deputy High Commission, Bengaluru .The contract is expected to start from 1 March 2026 and shall expire on 28 Feb 2029 (tentative dates for the initial contract phase). Detailed scope, cleaning schedule and rest of other infirmation will be mentioned in tender documents.",
"status": "active",
"value": {
"amountGross": 97177,
"amount": 97177,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Criteria 1 - Experience & Capability",
"description": "a) Please provide details of at least 3 contracts, from both the private and public sector that are relevant to the requirement as in SOSR. Contracts for these services should have been performed within the past 3 years and must be active contract and must be for the location where the services are proposed. b) Please provide completion certificates for contracts/ works which have already been delivered/ completed successfully (at least 3). c)Please provide names of the contact Person, address, telephone number and reference letter from these clients. This is to enable BHC to carry out a background check. d)Contractor must have an office at the location of service if its sub contracted, the sub-contractor should also have an office at the location of Service. *Please note that scoring will be done on the basis of the sub-contractor documents (if the work has been sub-contracted). (please provide details of sub-contractor(s) too if any of the services in this contract is sublet ):",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 2 - Internal HR Practices",
"description": "a) Please explain your recruitment process of the staff and the payment processing procedures. b) Please set out how you will ensure that all staff are fully vetted and meet the required qualifications prior to and during the contract period. Please include your standard operating procedures for Recruitment and Vetting of Supervisors and Housekeepers. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria. c) Provide details of the social security benefits provided to the employees (Like ESI, PF, Leave entitlements and adherence to minimum wages as notified by the respective State Government). d) Provide details of your internal processes to prevent sexual harassment, discrimination or abuse, in any form, and how staff are able to call this out with confidence and protection.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 3 - Methodology",
"description": "a) Please describe your approach and methodology to perform each element of the requirement of this contract as described in the Statement of Service Requirement (see Attachment). b) The roles played by key members/ organisation's organogram and that of local offices where the vendor is bidding for more than one location, or a sub-contractor in case of sub-contracting, especially to other locations from where the vendor is based. c) How you would manage workforce, number of staff deputed and supervision of the works/ services. How many no. of relievers (security cleared) will be provided as per manpower requirement for each post as a mandatory number to be available at all times. d) Please provide training module and plans that you provide to your Housekeepers and Supervisors prior to and during the contract period. e) Please provide waste management plan for the location of service in line with local laws from the municipal corporation. f) Please provide details on how KPI's will be monitored and who will be the dedicated contact person for monthly KPI meetings. (In Case of Sub-contracting please provide documents for sub-contractor too)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 4 - Quality Assurance",
"description": "a) Please provide details of quality assurance and monitoring procedures for the delivery of the service of the contract. b) Please share how would you ensure maintaining service level agreement (SLA) and KPI's as per attached document. (In Case of Sub-contracting please provide documents for sub-contractor too)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 5 - Mobilization",
"description": "Please provide a detailed plan outlining your arrangements for effective and smooth take-over/mobilisation of the services (highlighting any anticipated problems and mitigation plans). Please include a timetable.",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 6 - Escalation Matrix and Staff Details",
"description": "Must provide separate documents for every post/location a) Please provide separate escalation matrix for each post of service on how you will monitor and respond to customer complaints. For example, separate escalation matrix for Mumbai and separate for Delhi and others. b) For Each post Please provide sample CVs of your Managers and Supervisors, who could be deputed for this assignment. Each should have a minimum of 3 years' experience in the role and they should be fluent in English Language. c) Provide CV of Gardeners for Chennai, Kolkata and Hyderabad, Provide CV of Front Office staff for Kolkata, provide CV of Pool Operator cum Housekeeping Staff for Chennai. Provide CVS for Swimming Pool Life Guard for Delhi (In Case of Sub-contracting please provide documents for sub-contractor too for each criteria)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 7 - Health and Safety (H&S)",
"description": "a) Please share company's health and safety policy/ formal safety management systems. b) Please explain how would you ensure abiding to FCDO's H&S policies as mentioned in SOSR attached e.g., share samples of Risk Assessment and method statements, documents for control of substances hazardous to health/ material safety data sheet (COSHH/ MSDS) for similar works undertaken. Please share sample certificates where required as mentioned in scope of work. (In Case of Sub-contracting please provide documents for sub-contractor too for each criteria)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Commercial",
"description": "A full assessment of the total price breakdown for the full Contract Period in the format requested (Volume 3). In order to be able to make a full assessment of the submitted total price breakdown commercial evaluation will be carried out in the following manner: the most competitively priced proposal submitted will score 160 points and the remaining proposals are awarded consequent scores based on an inverse percentage of the difference between the most advantageous tender received and the other proposals under consideration.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Suppliers/Bidders for this tender should be legally registered in India with relevant trade and government bodies to operate in India. Registered businesses should be compliant with various laws and regulations, including taxations, labour laws and other relevant laws/acts"
},
{
"type": "technical",
"description": "Please refer the documentation in tender pack"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-03-01T00:00:00+00:00",
"endDate": "2029-02-28T23:59:59+00:00",
"maxExtentDate": "2031-02-28T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "Initial contract period is for 3 years with an option of further extension for 2 years subject to satisfactory performance by the selected supplier and continued business requirement at BHC/BDHCs at the end of initial term."
}
},
{
"id": "5",
"title": "Providing Housekeeping Services at the British Deputy High Commission in Kolkata",
"description": "The British Deputy High Commission in Kolkata requires housekeeping services for its office and residential property. The scope includes routine and planned cleaning, waste management, and pantry maintenance. Additional requirements include a full-time gardener at the residence and a part-time gardener at the office, carpet cleaning for an area of 212.21 square meters, when required, and tea/coffee service for visitors. Support for events and adherence to hygiene standards are essential. The contract will be initially for the duration of Three (03) years, with an option to extend for additional 24 months, based on satisfactory performance provided by the selected service provider and continued business requirement at the British Deputy High Commission, Kolkata .The contract is expected to start from 1 March 2026 and shall expire on 28 Feb 2029 (tentative dates for the initial contract phase). Detailed scope, cleaning schedule and rest of other infirmation will be mentioned in tender documents.",
"status": "active",
"value": {
"amountGross": 91812,
"amount": 91812,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Criteria 1 - Experience & Capability",
"description": "a) Please provide details of at least 3 contracts, from both the private and public sector that are relevant to the requirement as in SOSR. Contracts for these services should have been performed within the past 3 years and must be active contract and must be for the location where the services are proposed. b) Please provide completion certificates for contracts/ works which have already been delivered/ completed successfully (at least 3). c)Please provide names of the contact Person, address, telephone number and reference letter from these clients. This is to enable BHC to carry out a background check. d)Contractor must have an office at the location of service if its sub contracted, the sub-contractor should also have an office at the location of Service. *Please note that scoring will be done on the basis of the sub-contractor documents (if the work has been sub-contracted). (please provide details of sub-contractor(s) too if any of the services in this contract is sublet ):",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 2 - Internal HR Practices",
"description": "a) Please explain your recruitment process of the staff and the payment processing procedures. b) Please set out how you will ensure that all staff are fully vetted and meet the required qualifications prior to and during the contract period. Please include your standard operating procedures for Recruitment and Vetting of Supervisors and Housekeepers. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria. c) Provide details of the social security benefits provided to the employees (Like ESI, PF, Leave entitlements and adherence to minimum wages as notified by the respective State Government). d) Provide details of your internal processes to prevent sexual harassment, discrimination or abuse, in any form, and how staff are able to call this out with confidence and protection.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 3 - Methodology",
"description": "a) Please describe your approach and methodology to perform each element of the requirement of this contract as described in the Statement of Service Requirement (see Attachment). b) The roles played by key members/ organisation's organogram and that of local offices where the vendor is bidding for more than one location, or a sub-contractor in case of sub-contracting, especially to other locations from where the vendor is based. c) How you would manage workforce, number of staff deputed and supervision of the works/ services. How many no. of relievers (security cleared) will be provided as per manpower requirement for each post as a mandatory number to be available at all times. d) Please provide training module and plans that you provide to your Housekeepers and Supervisors prior to and during the contract period. e) Please provide waste management plan for the location of service in line with local laws from the municipal corporation. f) Please provide details on how KPI's will be monitored and who will be the dedicated contact person for monthly KPI meetings. (In Case of Sub-contracting please provide documents for sub-contractor too)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 4 - Quality Assurance",
"description": "a) Please provide details of quality assurance and monitoring procedures for the delivery of the service of the contract. b) Please share how would you ensure maintaining service level agreement (SLA) and KPI's as per attached document. (In Case of Sub-contracting please provide documents for sub-contractor too)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 5 - Mobilization",
"description": "Please provide a detailed plan outlining your arrangements for effective and smooth take-over/mobilisation of the services (highlighting any anticipated problems and mitigation plans). Please include a timetable.",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 6 - Escalation Matrix and Staff Details",
"description": "Must provide separate documents for every post/location a) Please provide separate escalation matrix for each post of service on how you will monitor and respond to customer complaints. For example, separate escalation matrix for Mumbai and separate for Delhi and others. b) For Each post Please provide sample CVs of your Managers and Supervisors, who could be deputed for this assignment. Each should have a minimum of 3 years' experience in the role and they should be fluent in English Language. c) Provide CV of Gardeners for Chennai, Kolkata and Hyderabad, Provide CV of Front Office staff for Kolkata, provide CV of Pool Operator cum Housekeeping Staff for Chennai. Provide CVS for Swimming Pool Life Guard for Delhi (In Case of Sub-contracting please provide documents for sub-contractor too for each criteria)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 7 - Health and Safety (H&S)",
"description": "a) Please share company's health and safety policy/ formal safety management systems. b) Please explain how would you ensure abiding to FCDO's H&S policies as mentioned in SOSR attached e.g., share samples of Risk Assessment and method statements, documents for control of substances hazardous to health/ material safety data sheet (COSHH/ MSDS) for similar works undertaken. Please share sample certificates where required as mentioned in scope of work. (In Case of Sub-contracting please provide documents for sub-contractor too for each criteria)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Commercial",
"description": "A full assessment of the total price breakdown for the full Contract Period in the format requested (Volume 3). In order to be able to make a full assessment of the submitted total price breakdown commercial evaluation will be carried out in the following manner: the most competitively priced proposal submitted will score 160 points and the remaining proposals are awarded consequent scores based on an inverse percentage of the difference between the most advantageous tender received and the other proposals under consideration.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Suppliers/Bidders for this tender should be legally registered in India with relevant trade and government bodies to operate in India. Registered businesses should be compliant with various laws and regulations, including taxations, labour laws and other relevant laws/acts"
},
{
"type": "technical",
"description": "Please refer the documentation in tender pack"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-03-01T00:00:00+00:00",
"endDate": "2029-02-28T23:59:59+00:00",
"maxExtentDate": "2031-02-28T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "Initial contract period is for 3 years with an option of further extension for 2 years subject to satisfactory performance by the selected supplier and continued business requirement at BHC/BDHCs at the end of initial term."
}
},
{
"id": "6",
"title": "Providing Housekeeping Services at the British Deputy High Commission in Ahmedabad",
"description": "The British Deputy High Commission in Ahmedabad requires housekeeping services exclusively for its residence. The scope includes daily cleaning, laundry, kitchen upkeep, and waste segregation. Additional tasks include periodic deep cleaning, coordination for maintenance works (plumbing, electrical, carpentry), and support for events at the residence. The contractor must ensure proper inventory management and compliance with hygiene standards. The contract will be initially for the duration of Three (03) years, with an option to extend for additional 24 months, based on satisfactory performance provided by the selected service provider and continued business requirement at the British Deputy High Commission, Ahmedabad .The contract is expected to start from 1 March 2026 and shall expire on 28 Feb 2029 (tentative dates for the initial contract phase). Detailed scope, cleaning schedule and rest of other infirmation will be mentioned in tender documents.",
"status": "active",
"value": {
"amountGross": 20484,
"amount": 20484,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Criteria 1 - Experience & Capability",
"description": "a) Please provide details of at least 3 contracts, from both the private and public sector that are relevant to the requirement as in SOSR. Contracts for these services should have been performed within the past 3 years and must be active contract and must be for the location where the services are proposed. b) Please provide completion certificates for contracts/ works which have already been delivered/ completed successfully (at least 3). c)Please provide names of the contact Person, address, telephone number and reference letter from these clients. This is to enable BHC to carry out a background check. d)Contractor must have an office at the location of service if its sub contracted, the sub-contractor should also have an office at the location of Service. *Please note that scoring will be done on the basis of the sub-contractor documents (if the work has been sub-contracted). (please provide details of sub-contractor(s) too if any of the services in this contract is sublet ):",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 2 - Internal HR Practices",
"description": "a) Please explain your recruitment process of the staff and the payment processing procedures. b) Please set out how you will ensure that all staff are fully vetted and meet the required qualifications prior to and during the contract period. Please include your standard operating procedures for Recruitment and Vetting of Supervisors and Housekeepers. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria. c) Provide details of the social security benefits provided to the employees (Like ESI, PF, Leave entitlements and adherence to minimum wages as notified by the respective State Government). d) Provide details of your internal processes to prevent sexual harassment, discrimination or abuse, in any form, and how staff are able to call this out with confidence and protection.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 3 - Methodology",
"description": "a) Please describe your approach and methodology to perform each element of the requirement of this contract as described in the Statement of Service Requirement (see Attachment). b) The roles played by key members/ organisation's organogram and that of local offices where the vendor is bidding for more than one location, or a sub-contractor in case of sub-contracting, especially to other locations from where the vendor is based. c) How you would manage workforce, number of staff deputed and supervision of the works/ services. How many no. of relievers (security cleared) will be provided as per manpower requirement for each post as a mandatory number to be available at all times. d) Please provide training module and plans that you provide to your Housekeepers and Supervisors prior to and during the contract period. e) Please provide waste management plan for the location of service in line with local laws from the municipal corporation. f) Please provide details on how KPI's will be monitored and who will be the dedicated contact person for monthly KPI meetings. (In Case of Sub-contracting please provide documents for sub-contractor too)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 4 - Quality Assurance",
"description": "a) Please provide details of quality assurance and monitoring procedures for the delivery of the service of the contract. b) Please share how would you ensure maintaining service level agreement (SLA) and KPI's as per attached document. (In Case of Sub-contracting please provide documents for sub-contractor too)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 5 - Mobilization",
"description": "Please provide a detailed plan outlining your arrangements for effective and smooth take-over/mobilisation of the services (highlighting any anticipated problems and mitigation plans). Please include a timetable.",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 6 - Escalation Matrix and Staff Details",
"description": "Must provide separate documents for every post/location a) Please provide separate escalation matrix for each post of service on how you will monitor and respond to customer complaints. For example, separate escalation matrix for Mumbai and separate for Delhi and others. b) For Each post Please provide sample CVs of your Managers and Supervisors, who could be deputed for this assignment. Each should have a minimum of 3 years' experience in the role and they should be fluent in English Language. c) Provide CV of Gardeners for Chennai, Kolkata and Hyderabad, Provide CV of Front Office staff for Kolkata, provide CV of Pool Operator cum Housekeeping Staff for Chennai. Provide CVS for Swimming Pool Life Guard for Delhi (In Case of Sub-contracting please provide documents for sub-contractor too for each criteria)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 7 - Health and Safety (H&S)",
"description": "a) Please share company's health and safety policy/ formal safety management systems. b) Please explain how would you ensure abiding to FCDO's H&S policies as mentioned in SOSR attached e.g., share samples of Risk Assessment and method statements, documents for control of substances hazardous to health/ material safety data sheet (COSHH/ MSDS) for similar works undertaken. Please share sample certificates where required as mentioned in scope of work. (In Case of Sub-contracting please provide documents for sub-contractor too for each criteria)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Commercial",
"description": "A full assessment of the total price breakdown for the full Contract Period in the format requested (Volume 3). In order to be able to make a full assessment of the submitted total price breakdown commercial evaluation will be carried out in the following manner: the most competitively priced proposal submitted will score 160 points and the remaining proposals are awarded consequent scores based on an inverse percentage of the difference between the most advantageous tender received and the other proposals under consideration.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Suppliers/Bidders for this tender should be legally registered in India with relevant trade and government bodies to operate in India. Registered businesses should be compliant with various laws and regulations, including taxations, labour laws and other relevant laws/acts"
},
{
"type": "technical",
"description": "Please refer the documentation in tender pack"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-03-01T00:00:00+00:00",
"endDate": "2029-02-28T23:59:59+00:00",
"maxExtentDate": "2031-02-28T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "Initial contract period is for 3 years with an option of further extension for 2 years subject to satisfactory performance by the selected supplier and continued business requirement at BHC/BDHCs at the end of initial term."
}
},
{
"id": "7",
"title": "Providing Housekeeping Services at the British Deputy High Commission in Hyderabad",
"description": "The British Deputy High Commission in Hyderabad requires housekeeping services for its residence, which hosts official events and dinners. The scope includes routine cleaning, laundry, kitchen maintenance, and assistance during events, including serving guests and washing utensils. Additional requirements include a gardener for the residence, waste disposal services in coordination with local authorities, and adherence to hygiene standards. The contractor must also provide manpower for lifting heavy objects as needed. The contract will be initially for the duration of Three (03) years, with an option to extend for additional 24 months, based on satisfactory performance provided by the selected service provider and continued business requirement at the British Deputy High Commission, Hyderabad.The contract is expected to start from 1 March 2026 and shall expire on 28 Feb 2029 (tentative dates for the initial contract phase). Detailed scope, cleaning schedule and rest of other infirmation will be mentioned in tender documents.",
"status": "active",
"value": {
"amountGross": 54973,
"amount": 54973,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Criteria 1 - Experience & Capability",
"description": "a) Please provide details of at least 3 contracts, from both the private and public sector that are relevant to the requirement as in SOSR. Contracts for these services should have been performed within the past 3 years and must be active contract and must be for the location where the services are proposed. b) Please provide completion certificates for contracts/ works which have already been delivered/ completed successfully (at least 3). c)Please provide names of the contact Person, address, telephone number and reference letter from these clients. This is to enable BHC to carry out a background check. d)Contractor must have an office at the location of service if its sub contracted, the sub-contractor should also have an office at the location of Service. *Please note that scoring will be done on the basis of the sub-contractor documents (if the work has been sub-contracted). (please provide details of sub-contractor(s) too if any of the services in this contract is sublet ):",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 2 - Internal HR Practices",
"description": "a) Please explain your recruitment process of the staff and the payment processing procedures. b) Please set out how you will ensure that all staff are fully vetted and meet the required qualifications prior to and during the contract period. Please include your standard operating procedures for Recruitment and Vetting of Supervisors and Housekeepers. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria. c) Provide details of the social security benefits provided to the employees (Like ESI, PF, Leave entitlements and adherence to minimum wages as notified by the respective State Government). d) Provide details of your internal processes to prevent sexual harassment, discrimination or abuse, in any form, and how staff are able to call this out with confidence and protection.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 3 - Methodology",
"description": "a) Please describe your approach and methodology to perform each element of the requirement of this contract as described in the Statement of Service Requirement (see Attachment). b) The roles played by key members/ organisation's organogram and that of local offices where the vendor is bidding for more than one location, or a sub-contractor in case of sub-contracting, especially to other locations from where the vendor is based. c) How you would manage workforce, number of staff deputed and supervision of the works/ services. How many no. of relievers (security cleared) will be provided as per manpower requirement for each post as a mandatory number to be available at all times. d) Please provide training module and plans that you provide to your Housekeepers and Supervisors prior to and during the contract period. e) Please provide waste management plan for the location of service in line with local laws from the municipal corporation. f) Please provide details on how KPI's will be monitored and who will be the dedicated contact person for monthly KPI meetings. (In Case of Sub-contracting please provide documents for sub-contractor too)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 4 - Quality Assurance",
"description": "a) Please provide details of quality assurance and monitoring procedures for the delivery of the service of the contract. b) Please share how would you ensure maintaining service level agreement (SLA) and KPI's as per attached document. (In Case of Sub-contracting please provide documents for sub-contractor too)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 5 - Mobilization",
"description": "Please provide a detailed plan outlining your arrangements for effective and smooth take-over/mobilisation of the services (highlighting any anticipated problems and mitigation plans). Please include a timetable.",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 6 - Escalation Matrix and Staff Details",
"description": "Must provide separate documents for every post/location a) Please provide separate escalation matrix for each post of service on how you will monitor and respond to customer complaints. For example, separate escalation matrix for Mumbai and separate for Delhi and others. b) For Each post Please provide sample CVs of your Managers and Supervisors, who could be deputed for this assignment. Each should have a minimum of 3 years' experience in the role and they should be fluent in English Language. c) Provide CV of Gardeners for Chennai, Kolkata and Hyderabad, Provide CV of Front Office staff for Kolkata, provide CV of Pool Operator cum Housekeeping Staff for Chennai. Provide CVS for Swimming Pool Life Guard for Delhi (In Case of Sub-contracting please provide documents for sub-contractor too for each criteria)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Criteria 7 - Health and Safety (H&S)",
"description": "a) Please share company's health and safety policy/ formal safety management systems. b) Please explain how would you ensure abiding to FCDO's H&S policies as mentioned in SOSR attached e.g., share samples of Risk Assessment and method statements, documents for control of substances hazardous to health/ material safety data sheet (COSHH/ MSDS) for similar works undertaken. Please share sample certificates where required as mentioned in scope of work. (In Case of Sub-contracting please provide documents for sub-contractor too for each criteria)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Commercial",
"description": "A full assessment of the total price breakdown for the full Contract Period in the format requested (Volume 3). In order to be able to make a full assessment of the submitted total price breakdown commercial evaluation will be carried out in the following manner: the most competitively priced proposal submitted will score 160 points and the remaining proposals are awarded consequent scores based on an inverse percentage of the difference between the most advantageous tender received and the other proposals under consideration.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Suppliers/Bidders for this tender should be legally registered in India with relevant trade and government bodies to operate in India. Registered businesses should be compliant with various laws and regulations, including taxations, labour laws and other relevant laws/acts"
},
{
"type": "technical",
"description": "Please refer the documentation in tender pack"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-03-01T00:00:00+00:00",
"endDate": "2029-02-28T23:59:59+00:00",
"maxExtentDate": "2031-02-28T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "Initial contract period is for 3 years with an option of further extension for 2 years subject to satisfactory performance by the selected supplier and continued business requirement at BHC/BDHCs at the end of initial term."
}
}
],
"communication": {
"futureNoticeDate": "2025-10-03T23:59:59+01:00"
},
"status": "active",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "Your tender must be submitted via the FCDO's e-sourcing portal (https://fcdo.bravosolution.co.uk/web/login.html) in accordance with the attached ITT Instructions. Tenders submitted by any other means will not be accepted. Please also note the requirement to register and submit commonly used information on the Central Digital Platform as described in the instructions for completing the invitation to tender. Important information for all Potential Suppliers: In order to participate and gain access to the Invitation To Tender documentation in relation to this procurement, potential suppliers should access the FCDO's e-sourcing portal (link provided above). Once logged in, search for Project Reference No. 12357. If a potential supplier is not registered on the portal, click the 'Click here to register!' button, and follow the on-screen instructions to complete registration. Please note the portal operates a Two-Factor Authentication (2FA) login process and unregistered suppliers should read the guidance document available on the portal home page. Registration take approximately 5 minutes and is free or charge.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-01-15T17:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2026-01-09T17:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-01-30T23:59:59+00:00"
},
"lotDetails": {
"awardCriteriaDetails": "Housekeeping services are required across seven sites in India. The tender is structured into seven lots, with each lot representing one site. Bidders may submit proposals for a minimum of one lot and/or multiple lots up to all seven lots depending upon their expertise and presence across India. Each lot will be evaluated independently based on the combined score of technical and commercial criteria. The bidder achieving the highest total score for a lot will be awarded the contract for that specific lot. It is possible that different bidders may win individual lots. Alternatively, a single bidder could also be awarded all seven lots, depending on the evaluation results."
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "083168-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/083168-2025",
"datePublished": "2025-12-16T10:03:20Z",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "All the invoices will be raised at the end of month to the contract managers. payment of all valid invouce will be done with in 30 days."
}
},
"language": "en"
}