Tender

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

  • Foreign, Commonwealth and Development Office

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-000107

Procurement identifier (OCID): ocds-h6vhtk-05fee8

Published 3 January 2026, 5:51am



Scope

Reference

ITT_7464

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 £50,000, 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.

Total value (estimated)

  • £347,500 excluding VAT
  • £347,500 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 2 March 2026 to 1 March 2027
  • Possible extension to 1 March 2029
  • 3 years

Description of possible extension:

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.

Options

The right to additional purchases while the contract is valid.

The right to additional purchases while the contract is valid.

The estimated value of the Contract, including optional extension periods, is up to £347,500, comprising:

• Initial Contract Value: up to £143,500.00, covering the infrastructure (hardware) and monthly recurring internet costs.

Note: The cost of hardware required to enable internet provision must not exceed £50,000.00 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 £204,000 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.

Main procurement category

Services

CPV classifications

  • 72400000 - Internet services
  • 32400000 - Networks

Contract locations

  • IQ - Iraq

Participation

Legal and financial capacity conditions of participation

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/.

Technical ability conditions of participation

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).

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Submission type

Tenders

Tender submission deadline

28 January 2026, 10:00am

Submission address and any special instructions

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.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

16 February 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Technical Quality 60%
Commercial Cost 40%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

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.


Contracting authority

Foreign, Commonwealth and Development Office

  • Public Procurement Organisation Number: PXRR-8771-PHVX

King Charles Street

London

SW1A 2AH

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - central government