Tender

Internet Infrastructure and Service Provision - British Embassy Baghdad (re-issue)

FOREIGN, COMMONWEALTH AND DEVELOPMENT OFFICE

This public procurement record has 1 release in its history.

Tender

03 Jan 2026 at 05:51

Summary of the contracting process

The Foreign, Commonwealth and Development Office (FCDO) is inviting tenders for the provision of internet infrastructure and associated services at the British Embassy in Baghdad. This procurement falls under the tender stage and encompasses a competitive flexible procedure. The service provision includes high-availability internet connectivity, hardware supply, testing, deployment, and ongoing support. The contract is set for an initial one-year period with options to extend for up to two additional years. Interested suppliers must submit their responses by 28 January 2026, with the procurement award expected by 16 February 2026. The industry category is internet services, and the procurement process is open and competitive, encompassing a single-stage assessment covering technical and commercial criteria.

The procurement presents a significant opportunity for businesses specialising in internet infrastructure and service provision, particularly those capable of delivering robust and reliable communication networks. It is open to participation from a broad range of suppliers, including local providers and small and medium-sized enterprises (SMEs), potentially supporting business growth in the telecommunications field. Given that the FCDO encourages a transparent process and fosters competition, businesses with experience in international or embassy projects might find this tender aligns well with their expansion goals. The requirement for valid telecommunications licences from the Government of Iraq indicates that businesses equipped with local regulatory knowledge will be particularly well-suited to compete.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Internet Infrastructure and Service Provision - British Embassy Baghdad (re-issue)

Notice Description

The Foreign, Commonwealth and Development Office (FCDO) invites tenders for the provision of internet infrastructure and associated services at the British Embassy in Baghdad. The scope includes high-availability internet connectivity, hardware supply, configuration, testing, deployment, and ongoing support. The contract will run for an initial period of one year, with options to extend for up to two additional years (+1+1), giving a total possible duration of three years. The estimated contract value applies to the initial term and optional extensions. Hardware costs must not exceed PS50,000, exclusive of UK VAT but inclusive of all applicable local taxes. This opportunity follows early market engagement (Notice ID: 2025/S 000-068370) and an initial tender process (Notice ID: 2025/S 000-075862). FCDO remains committed to transparency and encourages participation from a broad range of suppliers, including local providers and SMEs. Access to Documents: Full tender documentation will be available via the FCDO eSourcing Portal (https://fcdo.bravosolution.co.uk/) under reference ITT_7464. Interested suppliers must register or log in to access the documents and submit their response. For assistance, please use the "Request Assistance" function or contact the portal helpdesk on +44 (0)203 868 2859.

Lot Information

Lot 1

Options: The right to additional purchases while the contract is valid. The estimated value of the Contract, including optional extension periods, is up to PS347,500, comprising: * Initial Contract Value: up to PS143,500.00, covering the infrastructure (hardware) and monthly recurring internet costs. Note: The cost of hardware required to enable internet provision must not exceed PS50,000.00 and must cover all aspects of delivery for this part of the Contract, including equipment, sourcing, configuration, testing, deployment, and delivery to site. * Optinal Extensions: an increase in the Contract value of up to PS204,000 in total for two possible extension periods. All estimated values are exclusive of UK VAT but include all applicable taxes. Please note that the figure above represents a maximum; FCDO expects competitive tenders based on the Statement of Requirements to be significantly lower.

Renewal: The Contract will be for an initial period of one year, with the option to extend for up to two additional years (+1+1), bringing the total possible duration to a maximum of three years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05fee8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000107-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

72 - IT services: consulting, software development, Internet and support


CPV Codes

32400000 - Networks

72400000 - Internet services

Notice Value(s)

Tender Value
£347,500 £100K-£500K
Lots Value
£347,500 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Jan 20261 months ago
Submission Deadline
28 Jan 2026Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
2 Mar 2026 - 1 Mar 2027 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
FOREIGN, COMMONWEALTH AND DEVELOPMENT OFFICE
Contact Name
Not specified
Contact Email
commercial.smi@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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-05fee8-2026-01-03T05:51:20Z",
    "date": "2026-01-03T05:51:20Z",
    "ocid": "ocds-h6vhtk-05fee8",
    "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": {
                "email": "commercial.smi@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"
    },
    "tender": {
        "id": "ITT_7464",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Internet Infrastructure and Service Provision - British Embassy Baghdad (re-issue)",
        "description": "The Foreign, Commonwealth and Development Office (FCDO) invites tenders for the provision of internet infrastructure and associated services at the British Embassy in Baghdad. The scope includes high-availability internet connectivity, hardware supply, configuration, testing, deployment, and ongoing support. The contract will run for an initial period of one year, with options to extend for up to two additional years (+1+1), giving a total possible duration of three years. The estimated contract value applies to the initial term and optional extensions. Hardware costs must not exceed PS50,000, exclusive of UK VAT but inclusive of all applicable local taxes. This opportunity follows early market engagement (Notice ID: 2025/S 000-068370) and an initial tender process (Notice ID: 2025/S 000-075862). FCDO remains committed to transparency and encourages participation from a broad range of suppliers, including local providers and SMEs. Access to Documents: Full tender documentation will be available via the FCDO eSourcing Portal (https://fcdo.bravosolution.co.uk/) under reference ITT_7464. Interested suppliers must register or log in to access the documents and submit their response. For assistance, please use the \"Request Assistance\" function or contact the portal helpdesk on +44 (0)203 868 2859.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72400000",
                        "description": "Internet services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32400000",
                        "description": "Networks"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "IQ",
                        "country": "IQ",
                        "countryName": "Iraq"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 347500,
            "amount": 347500,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This procurement will be conducted under the Procurement Act 2023 using the Competitive Flexible Procedure (CFP) in a single-stage format, appropriate for well-defined requirements. In accordance with section 20(1) and 20(2)(b) of the Act, the Tender Notice will instruct suppliers on how to access all procurement documents and invite them to submit a bid in one comprehensive stage. This stage comprises: * Procurement Specific Questionnaire (PSQ), which covers Conditions of Participation; - Technical Ability Certificates (TACs) and - Exclusions and Debarment; and * Technical and Commercial sections; followed by * Post-tender negotiation with the highest-scoring supplier (the Prefered Supplier). Suppliers who fail to meet the Conditions of Participation will be disqualified from further involvement in the procurement. Suppliers who satisfy all PSQ requirements will proceed to the evaluation of Technical and Commercial responses, where bids will be assessed against the published award criteria to identify the Most Advantageous Tender (MAT). The Prefered Supplier will be invited to post-tender negotiations to optimise the proposal for better value for money (VfM) without distorting competition or altering the outcome. Once the FCDO is satisfied with the final proposal, the outcome of the tender will be communicated to all bidders. The standstill period will commence on the day of the Contract Notice publication. Following the expiry of the standstill period the parties will conclude the contract, which will be signed before publication of the Contract Award Details notice."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "submissionMethodDetails": "The tender documents have been published on the FCDO's eSourcing Portal (the Portal): https://fcdo.bravosolution.co.uk/ under reference ITT_7464. You must log in or register on the Portal to access the tender documents and participate in this procurement. If you experience any technical issues with the eSourcing Portal, please contact their helpdesk by calling +44 (0)203 868 2859 or use the 'Request Assistance' functionality, especially when contacting from outside the UK. Any queries relating to the subject of the tender or the tender pack must be submitted via the 'Messages' functionality linked to ITT_7464 in the Portal.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-01-28T10:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-02-16T23:59:59+00:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 347500,
                    "amount": 347500,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Commercial",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "In accordance with Coalition Provisional Authority Order No. 65 of 20 March 2004, the Communications and Media Commission (CMC) is the sole regulator empowered to issue licences for telecommunications devices and to allocate radio frequencies in Iraq. Accordingly, to fulfil the requirements of the Contract, the ISP must hold and maintain valid licences from the Government of Iraq, granted by the CMC, for the entire duration of the Contract and any Extension Period(s). For further details on licence requirements and the list of current licence holders, please refer to the \"Telecom Licences 2025\" page on the CMC website: https://cmc.iq/telecom-lic/."
                        },
                        {
                            "type": "technical",
                            "description": "In Iraq, the Communications and Media Commission (CMC) is the sole authority responsible for issuing licences for the use of telecommunication devices and allocating frequencies, as set out in Coalition Provisional Authority Order 65 of 2004. Accordingly, to deliver the requirements of the Contract, the ISP must hold valid licences issued under the authority of the Government of Iraq for the duration of the Contract and any Extension Period(s)."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-03-02T00:00:00+00:00",
                    "endDate": "2027-03-01T23:59:59+00:00",
                    "maxExtentDate": "2029-03-01T23:59:59+00:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Contract will be for an initial period of one year, with the option to extend for up to two additional years (+1+1), bringing the total possible duration to a maximum of three years."
                },
                "hasOptions": true,
                "options": {
                    "description": "The right to additional purchases while the contract is valid. The estimated value of the Contract, including optional extension periods, is up to PS347,500, comprising: * Initial Contract Value: up to PS143,500.00, covering the infrastructure (hardware) and monthly recurring internet costs. Note: The cost of hardware required to enable internet provision must not exceed PS50,000.00 and must cover all aspects of delivery for this part of the Contract, including equipment, sourcing, configuration, testing, deployment, and delivery to site. * Optinal Extensions: an increase in the Contract value of up to PS204,000 in total for two possible extension periods. All estimated values are exclusive of UK VAT but include all applicable taxes. Please note that the figure above represents a maximum; FCDO expects competitive tenders based on the Statement of Requirements to be significantly lower."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "000107-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/000107-2026",
                "datePublished": "2026-01-03T05:51:20Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}