← Back to opportunities

Semi-Comprehensive Maintenance Program for Heating Ventilation Air-Conditioning system across India network

Foreign, Commonwealth and Development Office

Buyer Contact Info

Buyer Name: Foreign, Commonwealth and Development Office

Buyer Address: King Charles Street, London, IN, SW1A 2AH, India

Contact Name: Bidisha Chaliha

Contact Email: Bidisha.Chaliha@fcdo.gov.uk

Status
active
Procedure
open
Value
1500684.0 GBP
Gross: 1894764 GBP
Published
06 Feb 2026, 10:13
Deadline
05 Mar 2026, 17:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
42512300 - HVAC packages
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO’s offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The seven delivery locations are: The seven delivery locations are: 1. British High Commission, New Delhi 2. British Deputy High Commission, Chandigarh 3. British Deputy High Commission, Mumbai 4. British Deputy High Commission, Ahmedabad 5. British Deputy High Commission, Hyderabad 6. British Deputy High Commission, Chennai 7. British Deputy High Commission, Kolkata

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/010798-2026

Link Description: Tender notice on Find a Tender

Lots

Lot Title: Provision for HVAC Operations and Maintenance Programme at BHC New Delhi

Lot Description: The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO’s offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 1 pertains to British High Commission, New Delhi.

Lot 1 Status: active

Lot 1 Value: GBP 1,110,882

Lot 1 Value (Gross): GBP 1,402,600

Lot 1 Contract Start: 2026-05-01T00:00:00+01:00

Lot 1 Contract End: 2029-04-30T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Experience & Capability (10%)

Lot 1 Award Criterion (quality): Internal HR Practices: (10%)

Lot 1 Award Criterion (quality): Methodology (10%)

Lot 1 Award Criterion (quality): Quality Assurance and Spares Warranty (5%)

Lot 1 Award Criterion (quality): Mobilisation (5%)

Lot 1 Award Criterion (quality): Escalation Matrix and Staff Details - Must provide separate documents for every post (10%)

Lot 1 Award Criterion (quality): Health and Safety (H&S): (10%)

Lot 1 Award Criterion (price): Commercial Criteria Description (40%)

Lot Title: Provision for Air Conditioning Maintenance Programme at BDHC Chandigarh

Lot Description: The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO’s offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 2 pertains to British Deputy High Commission, Chandigarh.

Lot 2 Status: active

Lot 2 Value: GBP 9,597

Lot 2 Value (Gross): GBP 12,117

Lot 2 Contract Start: 2026-05-01T00:00:00+01:00

Lot 2 Contract End: 2029-04-30T23:59:59+01:00

Lot 2 SME Suitable: Yes

Lot 2 Award Criterion (quality): Experience & Capability (10%)

Lot 2 Award Criterion (quality): Internal HR Practices: (10%)

Lot 2 Award Criterion (quality): Methodology (10%)

Lot 2 Award Criterion (quality): Quality Assurance and Spares Warranty (5%)

Lot 2 Award Criterion (quality): Mobilisation (5%)

Lot 2 Award Criterion (quality): Escalation Matrix and Staff Details - Must provide separate documents for every post (10%)

Lot 2 Award Criterion (quality): Health and Safety (H&S): (10%)

Lot 2 Award Criterion (price): Commercial Criteria Description (40%)

Lot Title: Provision for Air Conditioning Maintenance Programme at BDHC Mumbai

Lot Description: The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO’s offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 3 pertains to British Deputy High Commission, Mumbai.

Lot 3 Status: active

Lot 3 Value: GBP 160,854

Lot 3 Value (Gross): GBP 203,094

Lot 3 Contract Start: 2026-05-01T00:00:00+01:00

Lot 3 Contract End: 2029-04-30T23:59:59+01:00

Lot 3 SME Suitable: Yes

Lot 3 Award Criterion (quality): Experience & Capability (10%)

Lot 3 Award Criterion (quality): Internal HR Practices: (10%)

Lot 3 Award Criterion (quality): Methodology (10%)

Lot 3 Award Criterion (quality): Quality Assurance and Spares Warranty (5%)

Lot 3 Award Criterion (quality): Mobilisation (5%)

Lot 3 Award Criterion (quality): Escalation Matrix and Staff Details - Must provide separate documents for every post (10%)

Lot 3 Award Criterion (quality): Health and Safety (H&S): (10%)

Lot 3 Award Criterion (price): Commercial Criteria Description (40%)

Lot Title: Provision for Air Conditioning Maintenance Programme at BDHC Ahmedabad

Lot Description: The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO’s offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 4 pertains to British Deputy High Commission, Ahmedabad.

Lot 4 Status: active

Lot 4 Value: GBP 5,665

Lot 4 Value (Gross): GBP 7,153

Lot 4 Contract Start: 2026-05-01T00:00:00+01:00

Lot 4 Contract End: 2029-04-30T23:59:59+01:00

Lot 4 SME Suitable: Yes

Lot 4 Award Criterion (quality): Experience & Capability (10%)

Lot 4 Award Criterion (quality): Internal HR Practices: (10%)

Lot 4 Award Criterion (quality): Methodology (10%)

Lot 4 Award Criterion (quality): Quality Assurance and Spares Warranty (5%)

Lot 4 Award Criterion (quality): Mobilisation (5%)

Lot 4 Award Criterion (quality): Escalation Matrix and Staff Details - Must provide separate documents for every post (10%)

Lot 4 Award Criterion (quality): Health and Safety (H&S): (10%)

Lot 4 Award Criterion (price): Commercial Criteria Description (40%)

Lot Title: Provision for Air Conditioning Maintenance Programme at BDHC Hyderabad

Lot Description: The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO’s offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 5 pertains to British Deputy High Commission, Hyderabad

Lot 5 Status: active

Lot 5 Value: GBP 9,386

Lot 5 Value (Gross): GBP 11,851

Lot 5 Contract Start: 2026-05-01T00:00:00+01:00

Lot 5 Contract End: 2029-04-30T23:59:59+01:00

Lot 5 SME Suitable: Yes

Lot 5 Award Criterion (quality): Experience & Capability (10%)

Lot 5 Award Criterion (quality): Internal HR Practices: (10%)

Lot 5 Award Criterion (quality): Methodology (10%)

Lot 5 Award Criterion (quality): Quality Assurance and Spares Warranty (5%)

Lot 5 Award Criterion (quality): Mobilisation (5%)

Lot 5 Award Criterion (quality): Escalation Matrix and Staff Details - Must provide separate documents for every post (10%)

Lot 5 Award Criterion (quality): Health and Safety (H&S): (10%)

Lot 5 Award Criterion (price): Commercial Criteria Description (40%)

Lot Title: Provision for Air Conditioning Maintenance Programme at BDHC Chennai

Lot Description: The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO’s offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 2 pertains to British Deputy High Commission, Chennai.

Lot 6 Status: active

Lot 6 Value: GBP 122,590

Lot 6 Value (Gross): GBP 154,782

Lot 6 Contract Start: 2026-05-01T00:00:00+01:00

Lot 6 Contract End: 2029-04-30T23:59:59+01:00

Lot 6 SME Suitable: Yes

Lot 6 Award Criterion (quality): Experience & Capability (10%)

Lot 6 Award Criterion (quality): Internal HR Practices: (10%)

Lot 6 Award Criterion (quality): Methodology (10%)

Lot 6 Award Criterion (quality): Quality Assurance and Spares Warranty (5%)

Lot 6 Award Criterion (quality): Mobilisation (5%)

Lot 6 Award Criterion (quality): Escalation Matrix and Staff Details - Must provide separate documents for every post (10%)

Lot 6 Award Criterion (quality): Health and Safety (H&S): (10%)

Lot 6 Award Criterion (price): Commercial Criteria Description (40%)

Lot Title: Provision for Air Conditioning Maintenance Programme at BDHC Kolkata

Lot Description: The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. The scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO’s offices & expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations. This tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The Delivery location for Lot 7 pertains to British Deputy High Commission, Kolkata

Lot 7 Status: active

Lot 7 Value: GBP 81,710

Lot 7 Value (Gross): GBP 103,167

Lot 7 Contract Start: 2026-05-01T00:00:00+01:00

Lot 7 Contract End: 2029-04-30T23:59:59+01:00

Lot 7 SME Suitable: Yes

Lot 7 Award Criterion (quality): Experience & Capability (10%)

Lot 7 Award Criterion (quality): Internal HR Practices: (10%)

Lot 7 Award Criterion (quality): Methodology (10%)

Lot 7 Award Criterion (quality): Quality Assurance and Spares Warranty (5%)

Lot 7 Award Criterion (quality): Mobilisation (5%)

Lot 7 Award Criterion (quality): Escalation Matrix and Staff Details - Must provide separate documents for every post (10%)

Lot 7 Award Criterion (quality): Health and Safety (H&S): (10%)

Lot 7 Award Criterion (price): Commercial Criteria Description (40%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PXRR-8771-PHVX",
    "name": "Foreign, Commonwealth and Development Office"
  },
  "date": "2026-02-06T10:13:19Z",
  "id": "010798-2026",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05ccd3",
  "parties": [
    {
      "address": {
        "country": "IN",
        "countryName": "India",
        "locality": "London",
        "postalCode": "SW1A 2AH",
        "region": "IN",
        "streetAddress": "King Charles Street"
      },
      "contactPoint": {
        "email": "Bidisha.Chaliha@fcdo.gov.uk",
        "name": "Bidisha Chaliha"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.gov.uk/government/organisations/foreign-commonwealth-development-office"
      },
      "id": "GB-PPON-PXRR-8771-PHVX",
      "identifier": {
        "id": "PXRR-8771-PHVX",
        "scheme": "GB-PPON"
      },
      "name": "Foreign, Commonwealth and Development Office",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-03-28T23:59:59+00:00"
    },
    "contractTerms": {
      "financialTerms": "All the invoices will be paid monthly in arrers for the maintainence work. Payments of all the valid invoices will be made within 30 days."
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. \nThe scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO\u2019s offices \u0026 expat residences. \nThe contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations.\nThis tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. The seven delivery locations are:\nThe seven delivery locations are:\n1.\tBritish High Commission, New Delhi\n2.\tBritish Deputy High Commission, Chandigarh\n3.\tBritish Deputy High Commission, Mumbai\n4.\tBritish Deputy High Commission, Ahmedabad\n5.\tBritish Deputy High Commission, Hyderabad\n6.\tBritish Deputy High Commission, Chennai\n7.\tBritish Deputy High Commission, Kolkata",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2026-02-06T10:13:19Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "010798-2026",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/010798-2026"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2026-02-28T17:00:00+00:00"
    },
    "id": "CPG-12368-2025",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "HVAC packages",
            "id": "42512300",
            "scheme": "CPV"
          },
          {
            "description": "Maintenance and repair of office machinery",
            "id": "50310000",
            "scheme": "CPV"
          },
          {
            "description": "Heating, ventilation and air-conditioning installation work",
            "id": "45331000",
            "scheme": "CPV"
          },
          {
            "description": "Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery",
            "id": "42510000",
            "scheme": "CPV"
          },
          {
            "description": "Ventilation and air-conditioning installation work",
            "id": "45331200",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "IN",
            "countryName": "India",
            "region": "IN"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      },
      {
        "additionalClassifications": [
          {
            "description": "HVAC packages",
            "id": "42512300",
            "scheme": "CPV"
          },
          {
            "description": "Maintenance and repair of office machinery",
            "id": "50310000",
            "scheme": "CPV"
          },
          {
            "description": "Heating, ventilation and air-conditioning installation work",
            "id": "45331000",
            "scheme": "CPV"
          },
          {
            "description": "Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery",
            "id": "42510000",
            "scheme": "CPV"
          },
          {
            "description": "Ventilation and air-conditioning installation work",
            "id": "45331200",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "IN",
            "countryName": "India",
            "region": "IN"
          }
        ],
        "id": "2",
        "relatedLot": "2"
      },
      {
        "additionalClassifications": [
          {
            "description": "HVAC packages",
            "id": "42512300",
            "scheme": "CPV"
          },
          {
            "description": "Maintenance and repair of office machinery",
            "id": "50310000",
            "scheme": "CPV"
          },
          {
            "description": "Heating, ventilation and air-conditioning installation work",
            "id": "45331000",
            "scheme": "CPV"
          },
          {
            "description": "Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery",
            "id": "42510000",
            "scheme": "CPV"
          },
          {
            "description": "Ventilation and air-conditioning installation work",
            "id": "45331200",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "IN",
            "countryName": "India",
            "region": "IN"
          }
        ],
        "id": "3",
        "relatedLot": "3"
      },
      {
        "additionalClassifications": [
          {
            "description": "HVAC packages",
            "id": "42512300",
            "scheme": "CPV"
          },
          {
            "description": "Maintenance and repair of office machinery",
            "id": "50310000",
            "scheme": "CPV"
          },
          {
            "description": "Heating, ventilation and air-conditioning installation work",
            "id": "45331000",
            "scheme": "CPV"
          },
          {
            "description": "Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery",
            "id": "42510000",
            "scheme": "CPV"
          },
          {
            "description": "Ventilation and air-conditioning installation work",
            "id": "45331200",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "IN",
            "countryName": "India",
            "region": "IN"
          }
        ],
        "id": "4",
        "relatedLot": "4"
      },
      {
        "additionalClassifications": [
          {
            "description": "HVAC packages",
            "id": "42512300",
            "scheme": "CPV"
          },
          {
            "description": "Maintenance and repair of office machinery",
            "id": "50310000",
            "scheme": "CPV"
          },
          {
            "description": "Heating, ventilation and air-conditioning installation work",
            "id": "45331000",
            "scheme": "CPV"
          },
          {
            "description": "Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery",
            "id": "42510000",
            "scheme": "CPV"
          },
          {
            "description": "Ventilation and air-conditioning installation work",
            "id": "45331200",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "IN",
            "countryName": "India",
            "region": "IN"
          }
        ],
        "id": "5",
        "relatedLot": "5"
      },
      {
        "additionalClassifications": [
          {
            "description": "HVAC packages",
            "id": "42512300",
            "scheme": "CPV"
          },
          {
            "description": "Maintenance and repair of office machinery",
            "id": "50310000",
            "scheme": "CPV"
          },
          {
            "description": "Heating, ventilation and air-conditioning installation work",
            "id": "45331000",
            "scheme": "CPV"
          },
          {
            "description": "Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery",
            "id": "42510000",
            "scheme": "CPV"
          },
          {
            "description": "Ventilation and air-conditioning installation work",
            "id": "45331200",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "IN",
            "countryName": "India",
            "region": "IN"
          }
        ],
        "id": "6",
        "relatedLot": "6"
      },
      {
        "additionalClassifications": [
          {
            "description": "HVAC packages",
            "id": "42512300",
            "scheme": "CPV"
          },
          {
            "description": "Maintenance and repair of office machinery",
            "id": "50310000",
            "scheme": "CPV"
          },
          {
            "description": "Heating, ventilation and air-conditioning installation work",
            "id": "45331000",
            "scheme": "CPV"
          },
          {
            "description": "Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery",
            "id": "42510000",
            "scheme": "CPV"
          },
          {
            "description": "Ventilation and air-conditioning installation work",
            "id": "45331200",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "IN",
            "countryName": "India",
            "region": "IN"
          }
        ],
        "id": "7",
        "relatedLot": "7"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lotDetails": {
      "awardCriteriaDetails": "Semi- comprehensive annual maintenance contract for Heating ventilation Air- conditioning are required across seven sites in India. The tender is structured into seven lots, with each lot representing one site. Bidders may submit proposals for a minimum of one lot and/or  multiple lots up to all seven lots depending upon their expertise and presence across India.\nEach lot will be evaluated independently based on the combined score of technical and commercial criteria. The bidder achieving the highest total score for a lot will be awarded the contract for that specific lot. It is possible that different bidders may win individual lots. Alternatively, a single bidder could also be awarded all seven lots, depending on the evaluation results."
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "a. Please provide details of at least 3 contracts, from both the private and public sector that are relevant to the requirement as in SOSR. Contracts for these services should have been performed within the past 3 years and must be active contract and must be for the location where the services are proposed.\nb. Please provide completion certificates for contracts/ works which have already been delivered/ completed successfully (at least 3).\nc. Please provide names of the contact Person, address, telephone number, and reference letter from these clients. This is to enable BHC /BDHC to carry out a background check.\nd. Contractor must have an office at the location of service if it\u2019s subcontracted the sub-contractor should also have an office at the location of Service.\n*Please note that scoring will be done based on the sub-contractor documents (if the work has been sub-contracted).",
              "name": "Experience \u0026 Capability",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a. Please explain your recruitment process of the staff and the payment processing procedures. \nb. Please set out how you will ensure that all staff are fully vetted and meet the required qualifications prior to and during the contract period. Please include your standard operating procedures for Recruitment and Vetting of Site manager and Supervisors. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria.",
              "name": "Internal HR Practices:",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Provide a method statement describing how you will organise and manage the contract, including but not limited to:\na) How will you manage the Operation and Maintenance? Please provide your approach and methodology. \nb) The management structure; The roles played by key team members; Share the Organogram and that of local offices where the vendor is bidding for more than one location, or of site supervision. Especially to other locations from where the vendor is based. \nc)  How you would manage materials, workforce, and supervision of the project. \nd) provide details on how KPI\u0027s will be monitored and who will be the dedicated contact person for monthly KPI meetings.\n(In case of Sub-contracting please also provide documents for sub-contractor)",
              "name": "Methodology",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a) Please provide details of quality assurance and monitoring procedures for the delivery of the service of the contract.\nb) Please share how would you ensure maintaining service level agreement (SLA) and KPI\u0027s as per attached document.                                                                          \nc) Please provide the list of spare parts (brand, make, etc.) that will be provided as part of this contract and what minimum warranty for the spares etc. as applicable. \nd) Please specify will you manage this warranty? \n(In Case of Sub-contracting please also provide documents for sub-contractor)",
              "name": "Quality Assurance and Spares Warranty",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Please provide a detailed plan outlining your arrangements for effective and smooth take-over/mobilisation of the services (highlighting any anticipated problems and mitigation plans). Please include a timetable.",
              "name": "Mobilisation",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a) Please provide separate escalation matrix for each post of service on how you will monitor and respond to customer complaints. For example, separate escalation matrix for Mumbai and separate for Delhi and others.\nb) For Each post Please provide sample CVs of your Managers and Supervisors, who could be deputed for this assignment. Each should have a minimum of 5 years\u2019 experience in the role, and they should be fluent in English Language.\nc) Details of staff deployed on the contract (including names); details of skills, experience (Minimum 5 Years), and qualifications (the authority may ask for certificates). \nd)Please provide CVs of staff who will be managing this assignment. The CVs should be inclusive of relevant technical experience demonstrating strong competencies \n(In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
              "name": "Escalation Matrix and Staff Details - Must provide separate documents for every post",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a. Please share company\u0027s health and safety policy / formal safety management systems.\nb. Please explain how you would ensure abiding to FCDO\u0027s H\u0026S policies as mentioned in SOSR attached e.g., share samples of Risk Assessment and method statements, documents for control of substances hazardous to health / material safety data sheet (COSHH/ MSDS) for similar works undertaken. Please share sample certificates where required as mentioned in scope of work.\n(In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
              "name": "Health and Safety (H\u0026S):",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "The Commercial assessment will be 40% in total which will be averaged out among the seven locations during commercial evaluation. Competitiveness of the Commercial offer in relation to the market will also be assessed during the evaluation.\nThis MUST be in the format of the spreadsheet at Attachment 4 - Schedule of Prices \u0026 Rates.",
              "name": "Commercial Criteria Description",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2029-04-30T23:59:59+01:00",
          "maxExtentDate": "2031-04-30T23:59:59+01:00",
          "startDate": "2026-05-01T00:00:00+01:00"
        },
        "description": "The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. \nThe scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO\u2019s offices \u0026 expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations.\nThis tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. \nThe Delivery location for Lot 1 pertains to British High Commission, New Delhi.",
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term"
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Suppliers/Bidders for this tender should be legally registered in India with relevant trade and government bodies to operate in India. Registered businesses should be complaint with various laws and regulations, including taxationss, labour laws and other relevant laws/acts",
              "type": "economic"
            },
            {
              "description": "Please refer documentation in tender pack",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Provision for HVAC Operations and Maintenance Programme at BHC New Delhi",
        "value": {
          "amount": 1110882,
          "amountGross": 1402600,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "a. Please provide details of at least 3 contracts, from both the private and public sector that are relevant to the requirement as in SOSR. Contracts for these services should have been performed within the past 3 years and must be active contract and must be for the location where the services are proposed.\nb. Please provide completion certificates for contracts/ works which have already been delivered/ completed successfully (at least 3).\nc. Please provide names of the contact Person, address, telephone number, and reference letter from these clients. This is to enable BHC /BDHC to carry out a background check.\nd. Contractor must have an office at the location of service if it\u2019s subcontracted the sub-contractor should also have an office at the location of Service.\n*Please note that scoring will be done based on the sub-contractor documents (if the work has been sub-contracted).",
              "name": "Experience \u0026 Capability",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a. Please explain your recruitment process of the staff and the payment processing procedures. \nb. Please set out how you will ensure that all staff are fully vetted and meet the required qualifications prior to and during the contract period. Please include your standard operating procedures for Recruitment and Vetting of Site manager and Supervisors. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria.",
              "name": "Internal HR Practices:",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Provide a method statement describing how you will organise and manage the contract, including but not limited to:\na) How will you manage the Operation and Maintenance? Please provide your approach and methodology. \nb) The management structure; The roles played by key team members; Share the Organogram and that of local offices where the vendor is bidding for more than one location, or of site supervision. Especially to other locations from where the vendor is based. \nc)  How you would manage materials, workforce, and supervision of the project. \nd) provide details on how KPI\u0027s will be monitored and who will be the dedicated contact person for monthly KPI meetings.\n(In case of Sub-contracting please also provide documents for sub-contractor)",
              "name": "Methodology",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a) Please provide details of quality assurance and monitoring procedures for the delivery of the service of the contract.\nb) Please share how would you ensure maintaining service level agreement (SLA) and KPI\u0027s as per attached document.                                                                          \nc) Please provide the list of spare parts (brand, make, etc.) that will be provided as part of this contract and what minimum warranty for the spares etc. as applicable. \nd) Please specify will you manage this warranty? \n(In Case of Sub-contracting please also provide documents for sub-contractor)",
              "name": "Quality Assurance and Spares Warranty",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Please provide a detailed plan outlining your arrangements for effective and smooth take-over/mobilisation of the services (highlighting any anticipated problems and mitigation plans). Please include a timetable.",
              "name": "Mobilisation",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a) Please provide separate escalation matrix for each post of service on how you will monitor and respond to customer complaints. For example, separate escalation matrix for Mumbai and separate for Delhi and others.\nb) For Each post Please provide sample CVs of your Managers and Supervisors, who could be deputed for this assignment. Each should have a minimum of 5 years\u2019 experience in the role, and they should be fluent in English Language.\nc) Details of staff deployed on the contract (including names); details of skills, experience (Minimum 5 Years), and qualifications (the authority may ask for certificates). \nd)Please provide CVs of staff who will be managing this assignment. The CVs should be inclusive of relevant technical experience demonstrating strong competencies \n(In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
              "name": "Escalation Matrix and Staff Details - Must provide separate documents for every post",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a. Please share company\u0027s health and safety policy / formal safety management systems.\nb. Please explain how you would ensure abiding to FCDO\u0027s H\u0026S policies as mentioned in SOSR attached e.g., share samples of Risk Assessment and method statements, documents for control of substances hazardous to health / material safety data sheet (COSHH/ MSDS) for similar works undertaken. Please share sample certificates where required as mentioned in scope of work.\n(In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
              "name": "Health and Safety (H\u0026S):",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "The Commercial assessment will be 40% in total which will be averaged out among the seven locations during commercial evaluation. Competitiveness of the Commercial offer in relation to the market will also be assessed during the evaluation.\nThis MUST be in the format of the spreadsheet at Attachment 4 - Schedule of Prices \u0026 Rates.",
              "name": "Commercial Criteria Description",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2029-04-30T23:59:59+01:00",
          "maxExtentDate": "2031-04-30T23:59:59+01:00",
          "startDate": "2026-05-01T00:00:00+01:00"
        },
        "description": "The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. \nThe scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO\u2019s offices \u0026 expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations.\nThis tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. \nThe Delivery location for Lot 2 pertains to British Deputy High Commission, Chandigarh.",
        "hasRenewal": true,
        "id": "2",
        "renewal": {
          "description": "Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term"
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Suppliers/Bidders for this tender should be legally registered in India with relevant trade and government bodies to operate in India. Registered businesses should be complaint with various laws and regulations, including taxationss, labour laws and other relevant laws/acts",
              "type": "economic"
            },
            {
              "description": "Please refer documentation in tender pack",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Provision for Air Conditioning Maintenance Programme at BDHC Chandigarh",
        "value": {
          "amount": 9597,
          "amountGross": 12117,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "a. Please provide details of at least 3 contracts, from both the private and public sector that are relevant to the requirement as in SOSR. Contracts for these services should have been performed within the past 3 years and must be active contract and must be for the location where the services are proposed.\nb. Please provide completion certificates for contracts/ works which have already been delivered/ completed successfully (at least 3).\nc. Please provide names of the contact Person, address, telephone number, and reference letter from these clients. This is to enable BHC /BDHC to carry out a background check.\nd. Contractor must have an office at the location of service if it\u2019s subcontracted the sub-contractor should also have an office at the location of Service.\n*Please note that scoring will be done based on the sub-contractor documents (if the work has been sub-contracted).",
              "name": "Experience \u0026 Capability",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a. Please explain your recruitment process of the staff and the payment processing procedures. \nb. Please set out how you will ensure that all staff are fully vetted and meet the required qualifications prior to and during the contract period. Please include your standard operating procedures for Recruitment and Vetting of Site manager and Supervisors. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria.",
              "name": "Internal HR Practices:",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Provide a method statement describing how you will organise and manage the contract, including but not limited to:\na) How will you manage the Operation and Maintenance? Please provide your approach and methodology. \nb) The management structure; The roles played by key team members; Share the Organogram and that of local offices where the vendor is bidding for more than one location, or of site supervision. Especially to other locations from where the vendor is based. \nc)  How you would manage materials, workforce, and supervision of the project. \nd) provide details on how KPI\u0027s will be monitored and who will be the dedicated contact person for monthly KPI meetings.\n(In case of Sub-contracting please also provide documents for sub-contractor)",
              "name": "Methodology",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a) Please provide details of quality assurance and monitoring procedures for the delivery of the service of the contract.\nb) Please share how would you ensure maintaining service level agreement (SLA) and KPI\u0027s as per attached document.                                                                          \nc) Please provide the list of spare parts (brand, make, etc.) that will be provided as part of this contract and what minimum warranty for the spares etc. as applicable. \nd) Please specify will you manage this warranty? \n(In Case of Sub-contracting please also provide documents for sub-contractor)",
              "name": "Quality Assurance and Spares Warranty",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Please provide a detailed plan outlining your arrangements for effective and smooth take-over/mobilisation of the services (highlighting any anticipated problems and mitigation plans). Please include a timetable.",
              "name": "Mobilisation",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a) Please provide separate escalation matrix for each post of service on how you will monitor and respond to customer complaints. For example, separate escalation matrix for Mumbai and separate for Delhi and others.\nb) For Each post Please provide sample CVs of your Managers and Supervisors, who could be deputed for this assignment. Each should have a minimum of 5 years\u2019 experience in the role, and they should be fluent in English Language.\nc) Details of staff deployed on the contract (including names); details of skills, experience (Minimum 5 Years), and qualifications (the authority may ask for certificates). \nd)Please provide CVs of staff who will be managing this assignment. The CVs should be inclusive of relevant technical experience demonstrating strong competencies \n(In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
              "name": "Escalation Matrix and Staff Details - Must provide separate documents for every post",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a. Please share company\u0027s health and safety policy / formal safety management systems.\nb. Please explain how you would ensure abiding to FCDO\u0027s H\u0026S policies as mentioned in SOSR attached e.g., share samples of Risk Assessment and method statements, documents for control of substances hazardous to health / material safety data sheet (COSHH/ MSDS) for similar works undertaken. Please share sample certificates where required as mentioned in scope of work.\n(In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
              "name": "Health and Safety (H\u0026S):",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "The Commercial assessment will be 40% in total which will be averaged out among the seven locations during commercial evaluation. Competitiveness of the Commercial offer in relation to the market will also be assessed during the evaluation.\nThis MUST be in the format of the spreadsheet at Attachment 4 - Schedule of Prices \u0026 Rates.",
              "name": "Commercial Criteria Description",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2029-04-30T23:59:59+01:00",
          "maxExtentDate": "2031-04-30T23:59:59+01:00",
          "startDate": "2026-05-01T00:00:00+01:00"
        },
        "description": "The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. \nThe scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO\u2019s offices \u0026 expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations.\nThis tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. \nThe Delivery location for Lot 3 pertains to British Deputy High Commission, Mumbai.",
        "hasRenewal": true,
        "id": "3",
        "renewal": {
          "description": "Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term"
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Suppliers/Bidders for this tender should be legally registered in India with relevant trade and government bodies to operate in India. Registered businesses should be complaint with various laws and regulations, including taxationss, labour laws and other relevant laws/acts",
              "type": "economic"
            },
            {
              "description": "Please refer documentation in tender pack",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Provision for Air Conditioning Maintenance Programme at BDHC Mumbai",
        "value": {
          "amount": 160854,
          "amountGross": 203094,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "a. Please provide details of at least 3 contracts, from both the private and public sector that are relevant to the requirement as in SOSR. Contracts for these services should have been performed within the past 3 years and must be active contract and must be for the location where the services are proposed.\nb. Please provide completion certificates for contracts/ works which have already been delivered/ completed successfully (at least 3).\nc. Please provide names of the contact Person, address, telephone number, and reference letter from these clients. This is to enable BHC /BDHC to carry out a background check.\nd. Contractor must have an office at the location of service if it\u2019s subcontracted the sub-contractor should also have an office at the location of Service.\n*Please note that scoring will be done based on the sub-contractor documents (if the work has been sub-contracted).",
              "name": "Experience \u0026 Capability",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a. Please explain your recruitment process of the staff and the payment processing procedures. \nb. Please set out how you will ensure that all staff are fully vetted and meet the required qualifications prior to and during the contract period. Please include your standard operating procedures for Recruitment and Vetting of Site manager and Supervisors. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria.",
              "name": "Internal HR Practices:",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Provide a method statement describing how you will organise and manage the contract, including but not limited to:\na) How will you manage the Operation and Maintenance? Please provide your approach and methodology. \nb) The management structure; The roles played by key team members; Share the Organogram and that of local offices where the vendor is bidding for more than one location, or of site supervision. Especially to other locations from where the vendor is based. \nc)  How you would manage materials, workforce, and supervision of the project. \nd) provide details on how KPI\u0027s will be monitored and who will be the dedicated contact person for monthly KPI meetings.\n(In case of Sub-contracting please also provide documents for sub-contractor)",
              "name": "Methodology",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a) Please provide details of quality assurance and monitoring procedures for the delivery of the service of the contract.\nb) Please share how would you ensure maintaining service level agreement (SLA) and KPI\u0027s as per attached document.                                                                          \nc) Please provide the list of spare parts (brand, make, etc.) that will be provided as part of this contract and what minimum warranty for the spares etc. as applicable. \nd) Please specify will you manage this warranty? \n(In Case of Sub-contracting please also provide documents for sub-contractor)",
              "name": "Quality Assurance and Spares Warranty",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Please provide a detailed plan outlining your arrangements for effective and smooth take-over/mobilisation of the services (highlighting any anticipated problems and mitigation plans). Please include a timetable.",
              "name": "Mobilisation",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a) Please provide separate escalation matrix for each post of service on how you will monitor and respond to customer complaints. For example, separate escalation matrix for Mumbai and separate for Delhi and others.\nb) For Each post Please provide sample CVs of your Managers and Supervisors, who could be deputed for this assignment. Each should have a minimum of 5 years\u2019 experience in the role, and they should be fluent in English Language.\nc) Details of staff deployed on the contract (including names); details of skills, experience (Minimum 5 Years), and qualifications (the authority may ask for certificates). \nd)Please provide CVs of staff who will be managing this assignment. The CVs should be inclusive of relevant technical experience demonstrating strong competencies \n(In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
              "name": "Escalation Matrix and Staff Details - Must provide separate documents for every post",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a. Please share company\u0027s health and safety policy / formal safety management systems.\nb. Please explain how you would ensure abiding to FCDO\u0027s H\u0026S policies as mentioned in SOSR attached e.g., share samples of Risk Assessment and method statements, documents for control of substances hazardous to health / material safety data sheet (COSHH/ MSDS) for similar works undertaken. Please share sample certificates where required as mentioned in scope of work.\n(In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
              "name": "Health and Safety (H\u0026S):",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "The Commercial assessment will be 40% in total which will be averaged out among the seven locations during commercial evaluation. Competitiveness of the Commercial offer in relation to the market will also be assessed during the evaluation.\nThis MUST be in the format of the spreadsheet at Attachment 4 - Schedule of Prices \u0026 Rates.",
              "name": "Commercial Criteria Description",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2029-04-30T23:59:59+01:00",
          "maxExtentDate": "2031-04-30T23:59:59+01:00",
          "startDate": "2026-05-01T00:00:00+01:00"
        },
        "description": "The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. \nThe scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO\u2019s offices \u0026 expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations.\nThis tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. \nThe Delivery location for Lot 4 pertains to British Deputy High Commission, Ahmedabad.",
        "hasRenewal": true,
        "id": "4",
        "renewal": {
          "description": "Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term"
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Suppliers/Bidders for this tender should be legally registered in India with relevant trade and government bodies to operate in India. Registered businesses should be complaint with various laws and regulations, including taxationss, labour laws and other relevant laws/acts",
              "type": "economic"
            },
            {
              "description": "Please refer documentation in tender pack",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Provision for Air Conditioning Maintenance Programme at BDHC  Ahmedabad",
        "value": {
          "amount": 5665,
          "amountGross": 7153,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "a. Please provide details of at least 3 contracts, from both the private and public sector that are relevant to the requirement as in SOSR. Contracts for these services should have been performed within the past 3 years and must be active contract and must be for the location where the services are proposed.\nb. Please provide completion certificates for contracts/ works which have already been delivered/ completed successfully (at least 3).\nc. Please provide names of the contact Person, address, telephone number, and reference letter from these clients. This is to enable BHC /BDHC to carry out a background check.\nd. Contractor must have an office at the location of service if it\u2019s subcontracted the sub-contractor should also have an office at the location of Service.\n*Please note that scoring will be done based on the sub-contractor documents (if the work has been sub-contracted).",
              "name": "Experience \u0026 Capability",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a. Please explain your recruitment process of the staff and the payment processing procedures. \nb. Please set out how you will ensure that all staff are fully vetted and meet the required qualifications prior to and during the contract period. Please include your standard operating procedures for Recruitment and Vetting of Site manager and Supervisors. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria.",
              "name": "Internal HR Practices:",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Provide a method statement describing how you will organise and manage the contract, including but not limited to:\na) How will you manage the Operation and Maintenance? Please provide your approach and methodology. \nb) The management structure; The roles played by key team members; Share the Organogram and that of local offices where the vendor is bidding for more than one location, or of site supervision. Especially to other locations from where the vendor is based. \nc)  How you would manage materials, workforce, and supervision of the project. \nd) provide details on how KPI\u0027s will be monitored and who will be the dedicated contact person for monthly KPI meetings.\n(In case of Sub-contracting please also provide documents for sub-contractor)",
              "name": "Methodology",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a) Please provide details of quality assurance and monitoring procedures for the delivery of the service of the contract.\nb) Please share how would you ensure maintaining service level agreement (SLA) and KPI\u0027s as per attached document.                                                                          \nc) Please provide the list of spare parts (brand, make, etc.) that will be provided as part of this contract and what minimum warranty for the spares etc. as applicable. \nd) Please specify will you manage this warranty? \n(In Case of Sub-contracting please also provide documents for sub-contractor)",
              "name": "Quality Assurance and Spares Warranty",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Please provide a detailed plan outlining your arrangements for effective and smooth take-over/mobilisation of the services (highlighting any anticipated problems and mitigation plans). Please include a timetable.",
              "name": "Mobilisation",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a) Please provide separate escalation matrix for each post of service on how you will monitor and respond to customer complaints. For example, separate escalation matrix for Mumbai and separate for Delhi and others.\nb) For Each post Please provide sample CVs of your Managers and Supervisors, who could be deputed for this assignment. Each should have a minimum of 5 years\u2019 experience in the role, and they should be fluent in English Language.\nc) Details of staff deployed on the contract (including names); details of skills, experience (Minimum 5 Years), and qualifications (the authority may ask for certificates). \nd)Please provide CVs of staff who will be managing this assignment. The CVs should be inclusive of relevant technical experience demonstrating strong competencies \n(In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
              "name": "Escalation Matrix and Staff Details - Must provide separate documents for every post",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a. Please share company\u0027s health and safety policy / formal safety management systems.\nb. Please explain how you would ensure abiding to FCDO\u0027s H\u0026S policies as mentioned in SOSR attached e.g., share samples of Risk Assessment and method statements, documents for control of substances hazardous to health / material safety data sheet (COSHH/ MSDS) for similar works undertaken. Please share sample certificates where required as mentioned in scope of work.\n(In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
              "name": "Health and Safety (H\u0026S):",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "The Commercial assessment will be 40% in total which will be averaged out among the seven locations during commercial evaluation. Competitiveness of the Commercial offer in relation to the market will also be assessed during the evaluation.\nThis MUST be in the format of the spreadsheet at Attachment 4 - Schedule of Prices \u0026 Rates.",
              "name": "Commercial Criteria Description",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2029-04-30T23:59:59+01:00",
          "maxExtentDate": "2031-04-30T23:59:59+01:00",
          "startDate": "2026-05-01T00:00:00+01:00"
        },
        "description": "The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. \nThe scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO\u2019s offices \u0026 expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations.\nThis tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. \nThe Delivery location for Lot 5 pertains to British Deputy High Commission, Hyderabad",
        "hasRenewal": true,
        "id": "5",
        "renewal": {
          "description": "Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term"
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Suppliers/Bidders for this tender should be legally registered in India with relevant trade and government bodies to operate in India. Registered businesses should be complaint with various laws and regulations, including taxationss, labour laws and other relevant laws/acts",
              "type": "economic"
            },
            {
              "description": "Please refer documentation in tender pack",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Provision for Air Conditioning Maintenance Programme at BDHC Hyderabad",
        "value": {
          "amount": 9386,
          "amountGross": 11851,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "a. Please provide details of at least 3 contracts, from both the private and public sector that are relevant to the requirement as in SOSR. Contracts for these services should have been performed within the past 3 years and must be active contract and must be for the location where the services are proposed.\nb. Please provide completion certificates for contracts/ works which have already been delivered/ completed successfully (at least 3).\nc. Please provide names of the contact Person, address, telephone number, and reference letter from these clients. This is to enable BHC /BDHC to carry out a background check.\nd. Contractor must have an office at the location of service if it\u2019s subcontracted the sub-contractor should also have an office at the location of Service.\n*Please note that scoring will be done based on the sub-contractor documents (if the work has been sub-contracted).",
              "name": "Experience \u0026 Capability",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a. Please explain your recruitment process of the staff and the payment processing procedures. \nb. Please set out how you will ensure that all staff are fully vetted and meet the required qualifications prior to and during the contract period. Please include your standard operating procedures for Recruitment and Vetting of Site manager and Supervisors. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria.",
              "name": "Internal HR Practices:",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Provide a method statement describing how you will organise and manage the contract, including but not limited to:\na) How will you manage the Operation and Maintenance? Please provide your approach and methodology. \nb) The management structure; The roles played by key team members; Share the Organogram and that of local offices where the vendor is bidding for more than one location, or of site supervision. Especially to other locations from where the vendor is based. \nc)  How you would manage materials, workforce, and supervision of the project. \nd) provide details on how KPI\u0027s will be monitored and who will be the dedicated contact person for monthly KPI meetings.\n(In case of Sub-contracting please also provide documents for sub-contractor)",
              "name": "Methodology",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a) Please provide details of quality assurance and monitoring procedures for the delivery of the service of the contract.\nb) Please share how would you ensure maintaining service level agreement (SLA) and KPI\u0027s as per attached document.                                                                          \nc) Please provide the list of spare parts (brand, make, etc.) that will be provided as part of this contract and what minimum warranty for the spares etc. as applicable. \nd) Please specify will you manage this warranty? \n(In Case of Sub-contracting please also provide documents for sub-contractor)",
              "name": "Quality Assurance and Spares Warranty",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Please provide a detailed plan outlining your arrangements for effective and smooth take-over/mobilisation of the services (highlighting any anticipated problems and mitigation plans). Please include a timetable.",
              "name": "Mobilisation",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a) Please provide separate escalation matrix for each post of service on how you will monitor and respond to customer complaints. For example, separate escalation matrix for Mumbai and separate for Delhi and others.\nb) For Each post Please provide sample CVs of your Managers and Supervisors, who could be deputed for this assignment. Each should have a minimum of 5 years\u2019 experience in the role, and they should be fluent in English Language.\nc) Details of staff deployed on the contract (including names); details of skills, experience (Minimum 5 Years), and qualifications (the authority may ask for certificates). \nd)Please provide CVs of staff who will be managing this assignment. The CVs should be inclusive of relevant technical experience demonstrating strong competencies \n(In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
              "name": "Escalation Matrix and Staff Details - Must provide separate documents for every post",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a. Please share company\u0027s health and safety policy / formal safety management systems.\nb. Please explain how you would ensure abiding to FCDO\u0027s H\u0026S policies as mentioned in SOSR attached e.g., share samples of Risk Assessment and method statements, documents for control of substances hazardous to health / material safety data sheet (COSHH/ MSDS) for similar works undertaken. Please share sample certificates where required as mentioned in scope of work.\n(In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
              "name": "Health and Safety (H\u0026S):",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "The Commercial assessment will be 40% in total which will be averaged out among the seven locations during commercial evaluation. Competitiveness of the Commercial offer in relation to the market will also be assessed during the evaluation.\nThis MUST be in the format of the spreadsheet at Attachment 4 - Schedule of Prices \u0026 Rates.",
              "name": "Commercial Criteria Description",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2029-04-30T23:59:59+01:00",
          "maxExtentDate": "2031-04-30T23:59:59+01:00",
          "startDate": "2026-05-01T00:00:00+01:00"
        },
        "description": "The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. \nThe scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO\u2019s offices \u0026 expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations.\nThis tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. \nThe Delivery location for Lot 2 pertains to British Deputy High Commission, Chennai.",
        "hasRenewal": true,
        "id": "6",
        "renewal": {
          "description": "Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term"
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Suppliers/Bidders for this tender should be legally registered in India with relevant trade and government bodies to operate in India. Registered businesses should be complaint with various laws and regulations, including taxationss, labour laws and other relevant laws/acts",
              "type": "economic"
            },
            {
              "description": "Please refer documentation in tender pack",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Provision for Air Conditioning Maintenance Programme at BDHC Chennai",
        "value": {
          "amount": 122590,
          "amountGross": 154782,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "a. Please provide details of at least 3 contracts, from both the private and public sector that are relevant to the requirement as in SOSR. Contracts for these services should have been performed within the past 3 years and must be active contract and must be for the location where the services are proposed.\nb. Please provide completion certificates for contracts/ works which have already been delivered/ completed successfully (at least 3).\nc. Please provide names of the contact Person, address, telephone number, and reference letter from these clients. This is to enable BHC /BDHC to carry out a background check.\nd. Contractor must have an office at the location of service if it\u2019s subcontracted the sub-contractor should also have an office at the location of Service.\n*Please note that scoring will be done based on the sub-contractor documents (if the work has been sub-contracted).",
              "name": "Experience \u0026 Capability",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a. Please explain your recruitment process of the staff and the payment processing procedures. \nb. Please set out how you will ensure that all staff are fully vetted and meet the required qualifications prior to and during the contract period. Please include your standard operating procedures for Recruitment and Vetting of Site manager and Supervisors. Also provide information on average length of staff retention within the period of each of the contracts provided in above criteria.",
              "name": "Internal HR Practices:",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Provide a method statement describing how you will organise and manage the contract, including but not limited to:\na) How will you manage the Operation and Maintenance? Please provide your approach and methodology. \nb) The management structure; The roles played by key team members; Share the Organogram and that of local offices where the vendor is bidding for more than one location, or of site supervision. Especially to other locations from where the vendor is based. \nc)  How you would manage materials, workforce, and supervision of the project. \nd) provide details on how KPI\u0027s will be monitored and who will be the dedicated contact person for monthly KPI meetings.\n(In case of Sub-contracting please also provide documents for sub-contractor)",
              "name": "Methodology",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a) Please provide details of quality assurance and monitoring procedures for the delivery of the service of the contract.\nb) Please share how would you ensure maintaining service level agreement (SLA) and KPI\u0027s as per attached document.                                                                          \nc) Please provide the list of spare parts (brand, make, etc.) that will be provided as part of this contract and what minimum warranty for the spares etc. as applicable. \nd) Please specify will you manage this warranty? \n(In Case of Sub-contracting please also provide documents for sub-contractor)",
              "name": "Quality Assurance and Spares Warranty",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Please provide a detailed plan outlining your arrangements for effective and smooth take-over/mobilisation of the services (highlighting any anticipated problems and mitigation plans). Please include a timetable.",
              "name": "Mobilisation",
              "numbers": [
                {
                  "number": 5,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a) Please provide separate escalation matrix for each post of service on how you will monitor and respond to customer complaints. For example, separate escalation matrix for Mumbai and separate for Delhi and others.\nb) For Each post Please provide sample CVs of your Managers and Supervisors, who could be deputed for this assignment. Each should have a minimum of 5 years\u2019 experience in the role, and they should be fluent in English Language.\nc) Details of staff deployed on the contract (including names); details of skills, experience (Minimum 5 Years), and qualifications (the authority may ask for certificates). \nd)Please provide CVs of staff who will be managing this assignment. The CVs should be inclusive of relevant technical experience demonstrating strong competencies \n(In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
              "name": "Escalation Matrix and Staff Details - Must provide separate documents for every post",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "a. Please share company\u0027s health and safety policy / formal safety management systems.\nb. Please explain how you would ensure abiding to FCDO\u0027s H\u0026S policies as mentioned in SOSR attached e.g., share samples of Risk Assessment and method statements, documents for control of substances hazardous to health / material safety data sheet (COSHH/ MSDS) for similar works undertaken. Please share sample certificates where required as mentioned in scope of work.\n(In Case of Sub-contracting please also provide documents for sub-contractor for each criterion):",
              "name": "Health and Safety (H\u0026S):",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "The Commercial assessment will be 40% in total which will be averaged out among the seven locations during commercial evaluation. Competitiveness of the Commercial offer in relation to the market will also be assessed during the evaluation.\nThis MUST be in the format of the spreadsheet at Attachment 4 - Schedule of Prices \u0026 Rates.",
              "name": "Commercial Criteria Description",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2029-04-30T23:59:59+01:00",
          "maxExtentDate": "2031-04-30T23:59:59+01:00",
          "startDate": "2026-05-01T00:00:00+01:00"
        },
        "description": "The Foreign, Commonwealth and Development Office (FCDO), through a competitive tender (Open Procedure under the Procurement Act 2023), intends to engage competent supplier(s) to deliver a Semi Comprehensive Maintenance Programme for the British High Commission (BHC) in New Delhi and British Deputy High Commissions (BDHCs) offices across India. \nThe scope of this contract includes the provision of maintenance services for a range of HVAC systems, including HVAC units, VRV systems, chillers, cooling towers, and air conditioning units, across the FCDO\u2019s offices \u0026 expat residences. The contract will be initially for Three (3) year term, from 1 May 2026 to 30 April 2029 (tentative), with an option to extend for an additional 24 months, subject to satisfactory performance by the selected supplier and ongoing operational requirements across the BHC/BDHC locations.\nThis tender is organised into Seven (7) distinct lots, each representing a specific geographic location. Interested bidders can apply for minimum one lot or all lots (locations), depending on their presence and expertise. \nThe Delivery location for Lot 7 pertains to British Deputy High Commission, Kolkata",
        "hasRenewal": true,
        "id": "7",
        "renewal": {
          "description": "Initial contract period is for 3 years with an option of further extension for 2 yeras subject to satisfactory performance by the selected supplier and the continued business requirement at BHC/BDHCs at the end of initial term"
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Suppliers/Bidders for this tender should be legally registered in India with relevant trade and government bodies to operate in India. Registered businesses should be complaint with various laws and regulations, including taxationss, labour laws and other relevant laws/acts",
              "type": "economic"
            },
            {
              "description": "Please refer documentation in tender pack",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Provision for Air Conditioning Maintenance Programme at BDHC Kolkata",
        "value": {
          "amount": 81710,
          "amountGross": 103167,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "status": "active",
    "submissionMethodDetails": "Your tender must be submitted via the FCDO\u0027s 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. \nImportant 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\u0027s e-sourcing portal (link provided above). Once logged in, search for Project Reference No. 12368. If a potential supplier is not registered on the portal, click the \u0027Click here to register!\u0027 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. \nRegistration take approximately 5 minutes and is free or charge.",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2026-03-05T17:00:00+00:00"
    },
    "title": "Semi-Comprehensive Maintenance Program for Heating Ventilation Air-Conditioning system across India network",
    "value": {
      "amount": 1500684,
      "amountGross": 1894764,
      "currency": "GBP"
    }
  }
}