Scope
Reference
CPG-12367-2025
Description
The project involves comprehensive electrical refurbishment works at the on and off-compound expat properties/residences in New Delhi, adhering to FCDO and British standards. The selected supplier will be responsible for surveys, material procurement, installation, testing, and documentation, including PAT testing and asset lists. All work must comply with standards, ensuring safety, quality, and minimal disruption to occupants. Strict adherence to health and safety protocols, including LOTO, PPE, and RAMS, is mandatory. The selected supplier will be required to provide qualified personnel, maintain site cleanliness, and coordinate closely with BHC supervisors. A one-year defect liability period will apply on all works from the date of completion and handover. Supplier will be required to have two-hour response time for callouts. The contract will be fixed-price, covering all labour, tools, consumables and logistic costs.
The Contract will be initially for a period of 3 years and will have a provision of extension for further 2 years, depending upon feedback on the quality of service provided by the selected supplier and continued business requirement at the British High Commission in New Delhi.
Total value (estimated)
- £409,256 excluding VAT
- £482,922.10 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 December 2025 to 30 November 2028
- Possible extension to 30 November 2030
- 5 years
Description of possible extension:
Initially contract will be for 3 years starting from 01st December 2025 with in-scope extension of further 2 years, depending upon feedback on the quality of service provided by the selected supplier and continued business requirement at the British High Commission in New Delhi.
Main procurement category
Services
CPV classifications
- 71314100 - Electrical services
- 45311000 - Electrical wiring and fitting work
- 45311100 - Electrical wiring work
- 45317300 - Electrical installation work of electrical distribution apparatus
Contract locations
- IN - India
Participation
Legal and financial capacity conditions of participation
Supplier/Bidder should be legally registered in India with relevant trade and government bodies to operate in India. Registered business should be compliant with various laws and regulations, including taxation, labour laws and other laws.
Technical ability conditions of participation
Please refer the documentation in the tender pack.
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
8 September 2025, 5:00pm
Tender submission deadline
22 September 2025, 5:00pm
Submission address and any special instructions
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. 12367. 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.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
27 October 2025
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Technical | The weightage is alloted 60% to techncial and 40% to commercial. Please refer the documentation provided in the Tender Pack. |
Quality | 60% |
Commercial | The weightage is alloted 60% to techncial and 40% to commercial. Please refer the documentation provided in the Tender Pack. |
Price | 40% |
Other information
Payment terms
Payments under this contract will be made 100% in arrers on successful completion of the assignment to the satisfaction of the Authority. Key Performance Indicators will be monitored jointly on the Authority and the Selected Supplier teams.
Description of risks to contract performance
Failing to meet the required standards will invoke Rebates on payments/invoices.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Justification for not publishing a preliminary market engagement notice
Site visit will be organised once the tender will be live to explain the scope in details and cater the initial clarifications.
Contracting authority
Foreign, Commonwealth and Development Office
- Public Procurement Organisation Number: PXRR-8771-PHVX
King Charles Street
London
SW1A 2AH
United Kingdom
Contact name: Nikhil Kalra
Email: southasia.procurement@fcdo.gov.uk
Website: https://www.gov.uk/government/organisations/foreign-commonwealth-development-office
Region: UKI32 - Westminster
Organisation type: Public authority - central government