Notice Information
Notice Title
Semi-Comprehensive Maintenance Program for Heating Ventilation Air-Conditioning system across India network
Notice Description
The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO's offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The seven delivery locations are: The seven delivery locations are: 1. British High Commission, New Delhi 2. British Deputy High Commission, Chandigarh 3. British Deputy High Commission, Mumbai 4. British Deputy High Commission, Ahmedabad 5. British Deputy High Commission, Hyderabad 6. British Deputy High Commission, Chennai 7. British Deputy High Commission, Kolkata
Lot Information
Provision for HVAC Operations and Maintenance Programme at BHC New Delhi
The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO's offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 1 pertains to British High Commission, New Delhi.
Renewal: Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term
Provision for Air Conditioning Maintenance Programme at BDHC ChandigarhThe Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO's offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 2 pertains to British Deputy High Commission, Chandigarh.
Renewal: Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term
Provision for Air Conditioning Maintenance Programme at BDHC MumbaiThe Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO's offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 3 pertains to British Deputy High Commission, Mumbai.
Renewal: Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term
Provision for Air Conditioning Maintenance Programme at BDHC AhmedabadThe Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO's offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 4 pertains to British Deputy High Commission, Ahmedabad.
Renewal: Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term
Provision for Air Conditioning Maintenance Programme at BDHC HyderabadThe Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO's offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 5 pertains to British Deputy High Commission, Hyderabad
Renewal: Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term
Provision for Air Conditioning Maintenance Programme at BDHC ChennaiThe Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO's offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 2 pertains to British Deputy High Commission, Chennai.
Renewal: Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term
Provision for Air Conditioning Maintenance Programme at BDHC KolkataThe Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO's offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 7 pertains to British Deputy High Commission, Kolkata
Renewal: Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term
Planning Information
Early Market engagement is being planned on 30th of October 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/0CBND08TQ8 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 28th of October 2025.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05ccd3
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010798-2026
- 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
42 - Industrial machinery
45 - Construction work
50 - Repair and maintenance services
-
- CPV Codes
42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
42512300 - HVAC packages
45331000 - Heating, ventilation and air-conditioning installation work
45331200 - Ventilation and air-conditioning installation work
50310000 - Maintenance and repair of office machinery
Notice Value(s)
- Tender Value
- £1,500,684 £1M-£10M
- Lots Value
- £1,500,684 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Feb 20262 weeks ago
- Submission Deadline
- 5 Mar 20262 weeks to go
- Future Notice Date
- 28 Nov 2025Expired
- Award Date
- Not specified
- Contract Period
- 30 Apr 2026 - 30 Apr 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
- Bidisha Chaliha
- Contact Email
- bidisha.chaliha@fcdo.gov.uk
- Contact Phone
- +919650111812
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/010798-2026
6th February 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/065396-2025
15th October 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-05ccd3-2026-02-06T10:13:19Z",
"date": "2026-02-06T10:13:19Z",
"ocid": "ocds-h6vhtk-05ccd3",
"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": "IN",
"countryName": "India",
"region": "IN"
},
"contactPoint": {
"name": "Bidisha Chaliha",
"email": "Bidisha.Chaliha@fcdo.gov.uk",
"telephone": "+919650111812"
},
"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 of October 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/0CBND08TQ8 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 28th of October 2025.",
"dueDate": "2025-10-30T23:59:59+00:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "065396-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/065396-2025",
"datePublished": "2025-10-15T06:44:53+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "CPG-12368-2025",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Semi-Comprehensive Maintenance Program for Heating Ventilation Air-Conditioning system across India network",
"description": "The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO's offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The seven delivery locations are: The seven delivery locations are: 1. British High Commission, New Delhi 2. British Deputy High Commission, Chandigarh 3. British Deputy High Commission, Mumbai 4. British Deputy High Commission, Ahmedabad 5. British Deputy High Commission, Hyderabad 6. British Deputy High Commission, Chennai 7. British Deputy High Commission, Kolkata",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "42512300",
"description": "HVAC packages"
},
{
"scheme": "CPV",
"id": "50310000",
"description": "Maintenance and repair of office machinery"
},
{
"scheme": "CPV",
"id": "45331000",
"description": "Heating, ventilation and air-conditioning installation work"
},
{
"scheme": "CPV",
"id": "42510000",
"description": "Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery"
},
{
"scheme": "CPV",
"id": "45331200",
"description": "Ventilation and air-conditioning installation work"
}
],
"deliveryAddresses": [
{
"region": "IN",
"country": "IN",
"countryName": "India"
},
{
"region": "IN",
"country": "IN",
"countryName": "India"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "42512300",
"description": "HVAC packages"
},
{
"scheme": "CPV",
"id": "50310000",
"description": "Maintenance and repair of office machinery"
},
{
"scheme": "CPV",
"id": "45331000",
"description": "Heating, ventilation and air-conditioning installation work"
},
{
"scheme": "CPV",
"id": "42510000",
"description": "Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery"
},
{
"scheme": "CPV",
"id": "45331200",
"description": "Ventilation and air-conditioning installation work"
}
],
"deliveryAddresses": [
{
"region": "IN",
"country": "IN",
"countryName": "India"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "42512300",
"description": "HVAC packages"
},
{
"scheme": "CPV",
"id": "50310000",
"description": "Maintenance and repair of office machinery"
},
{
"scheme": "CPV",
"id": "45331000",
"description": "Heating, ventilation and air-conditioning installation work"
},
{
"scheme": "CPV",
"id": "42510000",
"description": "Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery"
},
{
"scheme": "CPV",
"id": "45331200",
"description": "Ventilation and air-conditioning installation work"
}
],
"deliveryAddresses": [
{
"region": "IN",
"country": "IN",
"countryName": "India"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "42512300",
"description": "HVAC packages"
},
{
"scheme": "CPV",
"id": "50310000",
"description": "Maintenance and repair of office machinery"
},
{
"scheme": "CPV",
"id": "45331000",
"description": "Heating, ventilation and air-conditioning installation work"
},
{
"scheme": "CPV",
"id": "42510000",
"description": "Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery"
},
{
"scheme": "CPV",
"id": "45331200",
"description": "Ventilation and air-conditioning installation work"
}
],
"deliveryAddresses": [
{
"region": "IN",
"country": "IN",
"countryName": "India"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "42512300",
"description": "HVAC packages"
},
{
"scheme": "CPV",
"id": "50310000",
"description": "Maintenance and repair of office machinery"
},
{
"scheme": "CPV",
"id": "45331000",
"description": "Heating, ventilation and air-conditioning installation work"
},
{
"scheme": "CPV",
"id": "42510000",
"description": "Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery"
},
{
"scheme": "CPV",
"id": "45331200",
"description": "Ventilation and air-conditioning installation work"
}
],
"deliveryAddresses": [
{
"region": "IN",
"country": "IN",
"countryName": "India"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "42512300",
"description": "HVAC packages"
},
{
"scheme": "CPV",
"id": "50310000",
"description": "Maintenance and repair of office machinery"
},
{
"scheme": "CPV",
"id": "45331000",
"description": "Heating, ventilation and air-conditioning installation work"
},
{
"scheme": "CPV",
"id": "42510000",
"description": "Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery"
},
{
"scheme": "CPV",
"id": "45331200",
"description": "Ventilation and air-conditioning installation work"
}
],
"deliveryAddresses": [
{
"region": "IN",
"country": "IN",
"countryName": "India"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "42512300",
"description": "HVAC packages"
},
{
"scheme": "CPV",
"id": "50310000",
"description": "Maintenance and repair of office machinery"
},
{
"scheme": "CPV",
"id": "45331000",
"description": "Heating, ventilation and air-conditioning installation work"
},
{
"scheme": "CPV",
"id": "42510000",
"description": "Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery"
},
{
"scheme": "CPV",
"id": "45331200",
"description": "Ventilation and air-conditioning installation work"
}
],
"deliveryAddresses": [
{
"region": "IN",
"country": "IN",
"countryName": "India"
}
],
"relatedLot": "7"
}
],
"value": {
"amountGross": 1894764,
"amount": 1500684,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-05-01T00:00:00+01:00",
"endDate": "2029-04-30T23:59:59+01:00",
"maxExtentDate": "2031-04-30T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"title": "Provision for HVAC Operations and Maintenance Programme at BHC New Delhi",
"description": "The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO's offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 1 pertains to British High Commission, New Delhi.",
"value": {
"amountGross": 1402600,
"amount": 1110882,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "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 /BDHC to carry out a background check. d. Contractor must have an office at the location of service if it's subcontracted the sub-contractor should also have an office at the location of Service. *Please note that scoring will be done based on the sub-contractor documents (if the work has been sub-contracted).",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "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 Site manager and Supervisors. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Methodology",
"description": "Provide a method statement describing how you will organise and manage the contract, including but not limited to: a) How will you manage the Operation and Maintenance? Please provide your approach and methodology. b) The management structure; The roles played by key team members; Share the Organogram and that of local offices where the vendor is bidding for more than one location, or of site supervision. Especially to other locations from where the vendor is based. c) How you would manage materials, workforce, and supervision of the project. d) 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 also provide documents for sub-contractor)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality Assurance and Spares Warranty",
"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. c) Please provide the list of spare parts (brand, make, etc.) that will be provided as part of this contract and what minimum warranty for the spares etc. as applicable. d) Please specify will you manage this warranty? (In Case of Sub-contracting please also provide documents for sub-contractor)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Mobilisation",
"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": "Escalation Matrix and Staff Details - Must provide separate documents for every post",
"description": "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 5 years' experience in the role, and they should be fluent in English Language. c) Details of staff deployed on the contract (including names); details of skills, experience (Minimum 5 Years), and qualifications (the authority may ask for certificates). d)Please provide CVs of staff who will be managing this assignment. The CVs should be inclusive of relevant technical experience demonstrating strong competencies (In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Health and Safety (H&S):",
"description": "a. Please share company's health and safety policy / formal safety management systems. b. Please explain how you would 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 also provide documents for sub-contractor for each criterion):",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Criteria Description",
"description": "The Commercial assessment will be 40% in total which will be averaged out among the seven locations during commercial evaluation. Competitiveness of the Commercial offer in relation to the market will also be assessed during the evaluation. This MUST be in the format of the spreadsheet at Attachment 4 - Schedule of Prices & Rates.",
"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 complaint with various laws and regulations, including taxationss, labour laws and other relevant laws/acts"
},
{
"type": "technical",
"description": "Please refer documentation in tender pack"
}
]
},
"renewal": {
"description": "Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term"
}
},
{
"id": "2",
"title": "Provision for Air Conditioning Maintenance Programme at BDHC Chandigarh",
"description": "The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO's offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 2 pertains to British Deputy High Commission, Chandigarh.",
"status": "active",
"value": {
"amountGross": 12117,
"amount": 9597,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "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 /BDHC to carry out a background check. d. Contractor must have an office at the location of service if it's subcontracted the sub-contractor should also have an office at the location of Service. *Please note that scoring will be done based on the sub-contractor documents (if the work has been sub-contracted).",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "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 Site manager and Supervisors. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Methodology",
"description": "Provide a method statement describing how you will organise and manage the contract, including but not limited to: a) How will you manage the Operation and Maintenance? Please provide your approach and methodology. b) The management structure; The roles played by key team members; Share the Organogram and that of local offices where the vendor is bidding for more than one location, or of site supervision. Especially to other locations from where the vendor is based. c) How you would manage materials, workforce, and supervision of the project. d) 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 also provide documents for sub-contractor)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality Assurance and Spares Warranty",
"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. c) Please provide the list of spare parts (brand, make, etc.) that will be provided as part of this contract and what minimum warranty for the spares etc. as applicable. d) Please specify will you manage this warranty? (In Case of Sub-contracting please also provide documents for sub-contractor)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Mobilisation",
"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": "Escalation Matrix and Staff Details - Must provide separate documents for every post",
"description": "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 5 years' experience in the role, and they should be fluent in English Language. c) Details of staff deployed on the contract (including names); details of skills, experience (Minimum 5 Years), and qualifications (the authority may ask for certificates). d)Please provide CVs of staff who will be managing this assignment. The CVs should be inclusive of relevant technical experience demonstrating strong competencies (In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Health and Safety (H&S):",
"description": "a. Please share company's health and safety policy / formal safety management systems. b. Please explain how you would 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 also provide documents for sub-contractor for each criterion):",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Criteria Description",
"description": "The Commercial assessment will be 40% in total which will be averaged out among the seven locations during commercial evaluation. Competitiveness of the Commercial offer in relation to the market will also be assessed during the evaluation. This MUST be in the format of the spreadsheet at Attachment 4 - Schedule of Prices & Rates.",
"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 complaint with various laws and regulations, including taxationss, labour laws and other relevant laws/acts"
},
{
"type": "technical",
"description": "Please refer documentation in tender pack"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-05-01T00:00:00+01:00",
"endDate": "2029-04-30T23:59:59+01:00",
"maxExtentDate": "2031-04-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term"
}
},
{
"id": "3",
"title": "Provision for Air Conditioning Maintenance Programme at BDHC Mumbai",
"description": "The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO's offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 3 pertains to British Deputy High Commission, Mumbai.",
"status": "active",
"value": {
"amountGross": 203094,
"amount": 160854,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "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 /BDHC to carry out a background check. d. Contractor must have an office at the location of service if it's subcontracted the sub-contractor should also have an office at the location of Service. *Please note that scoring will be done based on the sub-contractor documents (if the work has been sub-contracted).",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "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 Site manager and Supervisors. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Methodology",
"description": "Provide a method statement describing how you will organise and manage the contract, including but not limited to: a) How will you manage the Operation and Maintenance? Please provide your approach and methodology. b) The management structure; The roles played by key team members; Share the Organogram and that of local offices where the vendor is bidding for more than one location, or of site supervision. Especially to other locations from where the vendor is based. c) How you would manage materials, workforce, and supervision of the project. d) 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 also provide documents for sub-contractor)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality Assurance and Spares Warranty",
"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. c) Please provide the list of spare parts (brand, make, etc.) that will be provided as part of this contract and what minimum warranty for the spares etc. as applicable. d) Please specify will you manage this warranty? (In Case of Sub-contracting please also provide documents for sub-contractor)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Mobilisation",
"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": "Escalation Matrix and Staff Details - Must provide separate documents for every post",
"description": "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 5 years' experience in the role, and they should be fluent in English Language. c) Details of staff deployed on the contract (including names); details of skills, experience (Minimum 5 Years), and qualifications (the authority may ask for certificates). d)Please provide CVs of staff who will be managing this assignment. The CVs should be inclusive of relevant technical experience demonstrating strong competencies (In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Health and Safety (H&S):",
"description": "a. Please share company's health and safety policy / formal safety management systems. b. Please explain how you would 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 also provide documents for sub-contractor for each criterion):",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Criteria Description",
"description": "The Commercial assessment will be 40% in total which will be averaged out among the seven locations during commercial evaluation. Competitiveness of the Commercial offer in relation to the market will also be assessed during the evaluation. This MUST be in the format of the spreadsheet at Attachment 4 - Schedule of Prices & Rates.",
"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 complaint with various laws and regulations, including taxationss, labour laws and other relevant laws/acts"
},
{
"type": "technical",
"description": "Please refer documentation in tender pack"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-05-01T00:00:00+01:00",
"endDate": "2029-04-30T23:59:59+01:00",
"maxExtentDate": "2031-04-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term"
}
},
{
"id": "4",
"title": "Provision for Air Conditioning Maintenance Programme at BDHC Ahmedabad",
"description": "The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO's offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 4 pertains to British Deputy High Commission, Ahmedabad.",
"status": "active",
"value": {
"amountGross": 7153,
"amount": 5665,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "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 /BDHC to carry out a background check. d. Contractor must have an office at the location of service if it's subcontracted the sub-contractor should also have an office at the location of Service. *Please note that scoring will be done based on the sub-contractor documents (if the work has been sub-contracted).",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "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 Site manager and Supervisors. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Methodology",
"description": "Provide a method statement describing how you will organise and manage the contract, including but not limited to: a) How will you manage the Operation and Maintenance? Please provide your approach and methodology. b) The management structure; The roles played by key team members; Share the Organogram and that of local offices where the vendor is bidding for more than one location, or of site supervision. Especially to other locations from where the vendor is based. c) How you would manage materials, workforce, and supervision of the project. d) 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 also provide documents for sub-contractor)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality Assurance and Spares Warranty",
"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. c) Please provide the list of spare parts (brand, make, etc.) that will be provided as part of this contract and what minimum warranty for the spares etc. as applicable. d) Please specify will you manage this warranty? (In Case of Sub-contracting please also provide documents for sub-contractor)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Mobilisation",
"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": "Escalation Matrix and Staff Details - Must provide separate documents for every post",
"description": "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 5 years' experience in the role, and they should be fluent in English Language. c) Details of staff deployed on the contract (including names); details of skills, experience (Minimum 5 Years), and qualifications (the authority may ask for certificates). d)Please provide CVs of staff who will be managing this assignment. The CVs should be inclusive of relevant technical experience demonstrating strong competencies (In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Health and Safety (H&S):",
"description": "a. Please share company's health and safety policy / formal safety management systems. b. Please explain how you would 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 also provide documents for sub-contractor for each criterion):",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Criteria Description",
"description": "The Commercial assessment will be 40% in total which will be averaged out among the seven locations during commercial evaluation. Competitiveness of the Commercial offer in relation to the market will also be assessed during the evaluation. This MUST be in the format of the spreadsheet at Attachment 4 - Schedule of Prices & Rates.",
"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 complaint with various laws and regulations, including taxationss, labour laws and other relevant laws/acts"
},
{
"type": "technical",
"description": "Please refer documentation in tender pack"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-05-01T00:00:00+01:00",
"endDate": "2029-04-30T23:59:59+01:00",
"maxExtentDate": "2031-04-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term"
}
},
{
"id": "5",
"title": "Provision for Air Conditioning Maintenance Programme at BDHC Hyderabad",
"description": "The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO's offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 5 pertains to British Deputy High Commission, Hyderabad",
"status": "active",
"value": {
"amountGross": 11851,
"amount": 9386,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "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 /BDHC to carry out a background check. d. Contractor must have an office at the location of service if it's subcontracted the sub-contractor should also have an office at the location of Service. *Please note that scoring will be done based on the sub-contractor documents (if the work has been sub-contracted).",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "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 Site manager and Supervisors. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Methodology",
"description": "Provide a method statement describing how you will organise and manage the contract, including but not limited to: a) How will you manage the Operation and Maintenance? Please provide your approach and methodology. b) The management structure; The roles played by key team members; Share the Organogram and that of local offices where the vendor is bidding for more than one location, or of site supervision. Especially to other locations from where the vendor is based. c) How you would manage materials, workforce, and supervision of the project. d) 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 also provide documents for sub-contractor)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality Assurance and Spares Warranty",
"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. c) Please provide the list of spare parts (brand, make, etc.) that will be provided as part of this contract and what minimum warranty for the spares etc. as applicable. d) Please specify will you manage this warranty? (In Case of Sub-contracting please also provide documents for sub-contractor)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Mobilisation",
"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": "Escalation Matrix and Staff Details - Must provide separate documents for every post",
"description": "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 5 years' experience in the role, and they should be fluent in English Language. c) Details of staff deployed on the contract (including names); details of skills, experience (Minimum 5 Years), and qualifications (the authority may ask for certificates). d)Please provide CVs of staff who will be managing this assignment. The CVs should be inclusive of relevant technical experience demonstrating strong competencies (In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Health and Safety (H&S):",
"description": "a. Please share company's health and safety policy / formal safety management systems. b. Please explain how you would 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 also provide documents for sub-contractor for each criterion):",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Criteria Description",
"description": "The Commercial assessment will be 40% in total which will be averaged out among the seven locations during commercial evaluation. Competitiveness of the Commercial offer in relation to the market will also be assessed during the evaluation. This MUST be in the format of the spreadsheet at Attachment 4 - Schedule of Prices & Rates.",
"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 complaint with various laws and regulations, including taxationss, labour laws and other relevant laws/acts"
},
{
"type": "technical",
"description": "Please refer documentation in tender pack"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-05-01T00:00:00+01:00",
"endDate": "2029-04-30T23:59:59+01:00",
"maxExtentDate": "2031-04-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term"
}
},
{
"id": "6",
"title": "Provision for Air Conditioning Maintenance Programme at BDHC Chennai",
"description": "The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO's offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 2 pertains to British Deputy High Commission, Chennai.",
"status": "active",
"value": {
"amountGross": 154782,
"amount": 122590,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "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 /BDHC to carry out a background check. d. Contractor must have an office at the location of service if it's subcontracted the sub-contractor should also have an office at the location of Service. *Please note that scoring will be done based on the sub-contractor documents (if the work has been sub-contracted).",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "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 Site manager and Supervisors. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Methodology",
"description": "Provide a method statement describing how you will organise and manage the contract, including but not limited to: a) How will you manage the Operation and Maintenance? Please provide your approach and methodology. b) The management structure; The roles played by key team members; Share the Organogram and that of local offices where the vendor is bidding for more than one location, or of site supervision. Especially to other locations from where the vendor is based. c) How you would manage materials, workforce, and supervision of the project. d) 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 also provide documents for sub-contractor)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality Assurance and Spares Warranty",
"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. c) Please provide the list of spare parts (brand, make, etc.) that will be provided as part of this contract and what minimum warranty for the spares etc. as applicable. d) Please specify will you manage this warranty? (In Case of Sub-contracting please also provide documents for sub-contractor)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Mobilisation",
"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": "Escalation Matrix and Staff Details - Must provide separate documents for every post",
"description": "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 5 years' experience in the role, and they should be fluent in English Language. c) Details of staff deployed on the contract (including names); details of skills, experience (Minimum 5 Years), and qualifications (the authority may ask for certificates). d)Please provide CVs of staff who will be managing this assignment. The CVs should be inclusive of relevant technical experience demonstrating strong competencies (In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Health and Safety (H&S):",
"description": "a. Please share company's health and safety policy / formal safety management systems. b. Please explain how you would 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 also provide documents for sub-contractor for each criterion):",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Criteria Description",
"description": "The Commercial assessment will be 40% in total which will be averaged out among the seven locations during commercial evaluation. Competitiveness of the Commercial offer in relation to the market will also be assessed during the evaluation. This MUST be in the format of the spreadsheet at Attachment 4 - Schedule of Prices & Rates.",
"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 complaint with various laws and regulations, including taxationss, labour laws and other relevant laws/acts"
},
{
"type": "technical",
"description": "Please refer documentation in tender pack"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-05-01T00:00:00+01:00",
"endDate": "2029-04-30T23:59:59+01:00",
"maxExtentDate": "2031-04-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term"
}
},
{
"id": "7",
"title": "Provision for Air Conditioning Maintenance Programme at BDHC Kolkata",
"description": "The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO's offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 7 pertains to British Deputy High Commission, Kolkata",
"status": "active",
"value": {
"amountGross": 103167,
"amount": 81710,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "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 /BDHC to carry out a background check. d. Contractor must have an office at the location of service if it's subcontracted the sub-contractor should also have an office at the location of Service. *Please note that scoring will be done based on the sub-contractor documents (if the work has been sub-contracted).",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "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 Site manager and Supervisors. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Methodology",
"description": "Provide a method statement describing how you will organise and manage the contract, including but not limited to: a) How will you manage the Operation and Maintenance? Please provide your approach and methodology. b) The management structure; The roles played by key team members; Share the Organogram and that of local offices where the vendor is bidding for more than one location, or of site supervision. Especially to other locations from where the vendor is based. c) How you would manage materials, workforce, and supervision of the project. d) 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 also provide documents for sub-contractor)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality Assurance and Spares Warranty",
"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. c) Please provide the list of spare parts (brand, make, etc.) that will be provided as part of this contract and what minimum warranty for the spares etc. as applicable. d) Please specify will you manage this warranty? (In Case of Sub-contracting please also provide documents for sub-contractor)",
"numbers": [
{
"number": 5,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Mobilisation",
"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": "Escalation Matrix and Staff Details - Must provide separate documents for every post",
"description": "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 5 years' experience in the role, and they should be fluent in English Language. c) Details of staff deployed on the contract (including names); details of skills, experience (Minimum 5 Years), and qualifications (the authority may ask for certificates). d)Please provide CVs of staff who will be managing this assignment. The CVs should be inclusive of relevant technical experience demonstrating strong competencies (In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Health and Safety (H&S):",
"description": "a. Please share company's health and safety policy / formal safety management systems. b. Please explain how you would 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 also provide documents for sub-contractor for each criterion):",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Criteria Description",
"description": "The Commercial assessment will be 40% in total which will be averaged out among the seven locations during commercial evaluation. Competitiveness of the Commercial offer in relation to the market will also be assessed during the evaluation. This MUST be in the format of the spreadsheet at Attachment 4 - Schedule of Prices & Rates.",
"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 complaint with various laws and regulations, including taxationss, labour laws and other relevant laws/acts"
},
{
"type": "technical",
"description": "Please refer documentation in tender pack"
}
]
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-05-01T00:00:00+01:00",
"endDate": "2029-04-30T23:59:59+01:00",
"maxExtentDate": "2031-04-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term"
}
}
],
"communication": {
"futureNoticeDate": "2025-11-28T23:59:59+00:00"
},
"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. 12368. 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": "2026-03-05T17:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2026-02-28T17:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-03-28T23:59:59+00:00"
},
"lotDetails": {
"awardCriteriaDetails": "Semi- comprehensive annual maintenance contract for Heating ventilation Air- conditioning 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": "010798-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/010798-2026",
"datePublished": "2026-02-06T10:13:19Z",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "All the invoices will be paid monthly in arrers for the maintainence work. Payments of all the valid invoices will be made within 30 days."
}
},
"language": "en"
}