Contract

Semi - Comprehensive Maintenance Contract of Lifts Installed in British High Commission, New Delhi Office Building and On Compound Residences

  • Foreign, Commonwealth and Development Office

UK7: Contract details notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-012671

Procurement identifier (OCID): ocds-h6vhtk-05ad55 (view related notices)

Published 12 February 2026, 8:55am



Scope

Reference

CPG-12557-2025

Description

The British High Commission (BHC) in New Delhi requires a Maintenance Contract (MC) for the lifts Installed in office building and on compound expat residences. Maintenance Programme should be in line with OEM and asset management requirements to ensure duty of care for staff and visitors when utilising these lifts. The contract duration for the said services shall be for five years starting from 1 March 2026.

The maintenance programme will include monthly testing and maintenance of eight (8) lifts, supply of equipment/spare parts and unlimited number of remedial visits. The Contractor will be required to send a maintenance team once a month to undertake planned preventive maintenance in line with an agreed schedule. It is expected that all Services offered under this contract will be in accordance with the OTIS Elevator/ Manufacturer’s Standard service instruction/ practices.


Contract 1. Semi – Comprehensive maintenance contract of lifts in Britishn High Commission, New Delhi office building and compound building

Supplier

Contract value

  • £206,661 excluding VAT
  • £252,025 including VAT

Above the relevant threshold

Date signed

29 January 2026

Contract dates

  • 1 March 2026 to 28 February 2031
  • 5 years

Main procurement category

Services

CPV classifications

  • 50740000 - Repair and maintenance services of escalators

Contract locations

  • IN - India

Key performance indicators

Name Description Reporting frequency
Quality+A6:I15- Compliance to FCO's Healthand Safety policy

Service Provider to ensure that his staff follow all FCDO H&S norms mentioned in thecontract. Eg Wearing PPE, Cost Awareness etc.

1 months
KPI 2- New (unspecified) work is competitively priced and agreed with BHC

Any new work should beagreed with BHC before commencement on time.

1 months
KPI 3- Quality of work/Genuine Material Used

Any discrepancy in the specification of material mentioned in the contract will be noted monthly.

1 months
KPI 4- Performance Analysis/Time taken to complete the Property work

Time taken against agreed timelines

1 months
Contractor should provide monthly report for the task completed within the month period

To be submitted by first week of the next month.

1 months
Work Planning

Contractor must provide their work planning chart prior to start of any project/work

Work Execution
Invoicing/Billing

Contractor must submit their invoice after completion of work before 10th of the following month.


Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Direct award

Direct award justification

Switching to direct award

New Delhi Procurement Hub conducted competitive tender exercise in both 2018 and 2022. In 2018 via an email RFQ process, only a single bid from OTIS was received. In 2022, via Jaggaer, no bids were received, resulting in an SSJ. OTIS is the OEM and do not have any authorised service companies in country for maintenance. Previous 2 open procurements have evidenced that there are no other viable options available in the local market. There have been no changes in the market scenario (no new entrants) to suggest any change even now. In absence of any viable alternative, we only have the option of issuing a direct award.

The Procurement Act supports a direct award in such circumstances:

As per PA 23 Schedule 5 Paragraph 5:

The following conditions are met in relation to the public contract—

(a) due to a particular supplier having intellectual property rights or other exclusive rights, only that supplier can supply the goods, services or works required, and

(b) there are no reasonable alternatives to those goods, services or works.

As per PA 23 Schedule 5 Paragraph 6:

(a)due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required, and

(b)there are no reasonable alternatives to those goods, services or works.

As OTIS is the sole authorised maintenance provider in country for its lifts and there are no reasonable alternatives that would ensure licenced parts and maintenance is performed on the lifts, and also due to an absence of competition for technical reasons, only a particular supplier can supply the goods, services or works required, and there are no reasonable alternatives to those goods, services or works.

Based on all the above-mentioned points this business case is recommending a direct award under PA 23 5.5. and 5.6.


Supplier

OTIS ELEVATOR COMPANY INDIA LIMITED

  • Public Procurement Organisation Number: PPYD-4449-HXDT

9th Floor, Magnus Towers, Mindspace, Link Road, Malad West

Mumbai, Maharashtra

400064

India

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Semi - Comprehensive maintenance contract of lifts in Britishn High Commission, New Delhi office building and compound building


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