Scope
Reference
ESND-12633-2024
Description
Residence Works: The site is located on the British High Commission Compound in Floreal, Mauritius. It is an exceptional site with established gardens and currently accommodates the existing British High Commission and High Commissioner’s Residence.
The project scope includes the demolition of the existing Residence* and construction of the new Residence** on the same site.
It comprises a two-storey building with accommodation arranged around a central courtyard. Interleading reception rooms are situated on the ground floor and open out onto terraces, the internal courtyard and garden. Also located on this floor are a commercial kitchen and related facilities.
A family living room and kitchen as well as two large en-suite bedrooms, two children’s bedrooms and an office are situated on the first floor.
Wheelchair accessibility is a key client requirement, and the design includes wide corridors and an external and internal lift.
Another key requirement is sustainability. The architectural design has been based on passive solar design principles and relevant tools like orientation, encouraging airflow through the building, shading of windows and walls and wall & roof insulation have been used in the design. We are working closely with BREEAM*** consultants to achieve an Excellent rating on the Residence.
Reinforced concrete columns, beams, slabs and foundations will be used to construct the main frame of the building and hollow concrete blocks will be used on partition walls externally and internally.
The external walls will be clad in glazed ceramic tiles with concrete details, the windows, powder coated aluminium and the roof, standing seam, zinc cladding.
A proposed access road to the Residence and landscaping works are also included in the works.
*Gross Internal Area of existing Residence to be demolished is approx. 770m2, including the terrace.
**Net Internal Area of the proposed Residence is approximately 400m2, excluding internal courtyard, and generous covered terraces.
***BREEAM – Building Research Establishment Environmental Assessment Method. It is a globally recognised sustainability assessment method and certification system for the built environment.
Total value (estimated)
- £7,330,000 excluding VAT
- £8,796,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 31 July 2026 to 9 March 2029
- 2 years, 7 months, 10 days
Main procurement category
Works
CPV classifications
- 45210000 - Building construction work
Participation
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Submission type
Requests to participate
Deadline for requests to participate
13 February 2026, 11:59pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
Maximum 6 suppliers
Award decision date (estimated)
7 July 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Quality | Quality | 70% |
| Cost | Cost | 30% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
The procurement will be conducted using the Competitive Flexible Procedure in accordance with PA23. The procedure will comprise an initial selection stage, during which suppliers are invited to submit a Request to Participate (RtP) by completing a Procurement Specific Questionnaire (PSQ). The PSQ will be used to assess exclusion grounds and conditions of participation. Suppliers who successfully pass the PSQ stage may be invited to participate in a subsequent tender stage. Where appropriate, the Client may apply shortlisting to limit the number of suppliers invited to tender (ITT). The ITT stage will involve one round of tendering and may include clarification with suppliers in accordance with the procurement documentation. The Client reserves the rights to refine the requirements, evaluation approach and award criteria during the tender stage, which will be done so transparently and equally to all participating suppliers.
Documents
Documents to be provided after the tender notice
Documents will be provided via the FCDO electronic portal Jaggaer Solutions
Contracting authority
Foreign, Commonwealth and Development Office
- Public Procurement Organisation Number: PXRR-8771-PHVX
King Charles Street
London
SW1A 2AH
United Kingdom
Email: commercial.smi@fcdo.gov.uk
Website: https://www.gov.uk/government/organisations/foreign-commonwealth-development-office
Region: UKI32 - Westminster
Organisation type: Public authority - central government