Notice Information
Notice Title
FCDO Accra British High Commission Offices Redevelopment, Ghana
Notice Description
Project Overview 1.1 The route to market being considered is the Competitive Flexible Procedure. This will comprise of a Request to Participate stage with Conditions of Participation questions and an Invitation to Tender stage. 1.2 The scope of the project is to redevelop two existing sites, to accommodate the British High Commission. The British High Commission (Ghana) estate is made up of two sites that sit side by side. It is located on Julius Nyerere Link Road in a reasonably affluent and central part of Accra, close to Parliament, the Presidency and some Ministries. The office estate in Accra is tired and in poor condition (in places), having suffered from a lack of strategic investment and maintenance. 1.3 It is anticipated that the consturction will take place in phases. Work will start at the Volta site which will be vacant throughout construction (staff normally based at this site will be temporarily moved to the Afadja Site). Once construction works at the Volta site are complete, all of the staff at the Afadja site will be transferred to the Volta site to enable the phase 2 works to be undertaken in the unoccupied Afadja building. 1.4 In line with the overall estate strategy, the intention is to have the Volta HC Office staff move to the Afadja High Commission for the duration of the Volta construction period. 1.5 The existing sites comprises of: * An existing split-site office building. It is proposed that the Volta building be retained and refurbished. * Existing plant structures to be demolished to make way for new extension. * Existing external landscaping to be demolished in some areas to make way for new cloister and walkway. 1.6 Part of the site development design includes: * Undertaking minor works to the existing Afadja site to make suitable to be used as a decant property whilst works to the Volta building are undertaken. * Refurbish the existing building to a fit-for-purpose, open plan office standard. * Replacement of existing mechanical and electrical installations. * Seismic strengthening and associated structural works. * External works to create shared internal and external spaces. 1.7 The Contractor, as well as any engaged sub-contractors, are required to perform all work in accordance with the relevant UK Standards. The construction must meet established UK standards throughout the build process. 2. It is anticipated that the works will be undertaken under the NEC form of contract; ECC 4, Option A (Priced Contract with an Activity Schedule). 3. The project team is also considering the inclusion of an Early Contractor Involvement stage ahead of the construction stage. Both stages will be within the same contract. 4. Some areas of the building will be classified as higher security and will require a separate specialist contractor. These works will not form part of this requirement/contract. However, the parameter and interface between the higher classified areas and the works within this requirement will require security cleared personnel at Security Check (SC*) level to manage the works. Contractor's will need to be able to provide such personnel before the works contract can begin. *SC is a process of security vetting. Further details can be found at https://www.gov.uk/government/publications/united-kingdom-security-vetting-clearance-levels/national-security-vetting-clearance-levels#security-check-sc. 5. Below is a schedule of key market engagement and tendering activities (subject to change): Activity Date Submit PME questionnaire Response 23rd February 2026 1:1 Discussions with Bidders W/C 2nd March 2026 Issue ITT Summer/Autumn 2026 Bidders day Summer/Autumn 2026 Proposed Bid Deadline Autumn/Winter 2026 Contract Award Winter 2026
Planning Information
Suppliers are invited to complete the Preliminary Market Engagement Questionnaire, which can be found at https://forms.office.com/e/kLxPz9bM5R Please confirm interest by providing responses to the questions in the questionnaire by 17:00 GMT, 23rd February 2026. There may be further market engagement activities such as presentations and meetings. In such case, this notice will be updated.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-065411
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/013478-2026
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- UK2 - Preliminary Market Engagement Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45210000 - Building construction work
Notice Value(s)
- Tender Value
- £9,300,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Feb 20261 weeks ago
- Submission Deadline
- Not specified
- Future Notice Date
- 1 Sep 20267 months to go
- Award Date
- Not specified
- Contract Period
- 1 Dec 2026 - 2 Aug 2029 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planning
- Lots Status
- Planning
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FOREIGN, COMMONWEALTH AND DEVELOPMENT OFFICE
- Contact Name
- Kathy Joslin
- Contact Email
- katherine.joslin@fcdo.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1A 2AH
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/013478-2026
13th February 2026 - Preliminary market engagement notice on Find a Tender
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-065411-2026-02-13T14:29:08Z",
"date": "2026-02-13T14:29:08Z",
"ocid": "ocds-h6vhtk-065411",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PXRR-8771-PHVX",
"name": "Foreign, Commonwealth and Development Office",
"identifier": {
"scheme": "GB-PPON",
"id": "PXRR-8771-PHVX"
},
"address": {
"streetAddress": "King Charles Street",
"locality": "London",
"postalCode": "SW1A 2AH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"name": "Kathy Joslin",
"email": "Katherine.Joslin@fcdo.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/foreign-commonwealth-development-office",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PXRR-8771-PHVX",
"name": "Foreign, Commonwealth and Development Office"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Suppliers are invited to complete the Preliminary Market Engagement Questionnaire, which can be found at https://forms.office.com/e/kLxPz9bM5R Please confirm interest by providing responses to the questions in the questionnaire by 17:00 GMT, 23rd February 2026. There may be further market engagement activities such as presentations and meetings. In such case, this notice will be updated.",
"dueDate": "2026-07-01T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "013478-2026",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/013478-2026",
"datePublished": "2026-02-13T14:29:08Z",
"format": "text/html"
}
]
},
"tender": {
"id": "ocds-h6vhtk-065411",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "FCDO Accra British High Commission Offices Redevelopment, Ghana",
"description": "Project Overview 1.1 The route to market being considered is the Competitive Flexible Procedure. This will comprise of a Request to Participate stage with Conditions of Participation questions and an Invitation to Tender stage. 1.2 The scope of the project is to redevelop two existing sites, to accommodate the British High Commission. The British High Commission (Ghana) estate is made up of two sites that sit side by side. It is located on Julius Nyerere Link Road in a reasonably affluent and central part of Accra, close to Parliament, the Presidency and some Ministries. The office estate in Accra is tired and in poor condition (in places), having suffered from a lack of strategic investment and maintenance. 1.3 It is anticipated that the consturction will take place in phases. Work will start at the Volta site which will be vacant throughout construction (staff normally based at this site will be temporarily moved to the Afadja Site). Once construction works at the Volta site are complete, all of the staff at the Afadja site will be transferred to the Volta site to enable the phase 2 works to be undertaken in the unoccupied Afadja building. 1.4 In line with the overall estate strategy, the intention is to have the Volta HC Office staff move to the Afadja High Commission for the duration of the Volta construction period. 1.5 The existing sites comprises of: * An existing split-site office building. It is proposed that the Volta building be retained and refurbished. * Existing plant structures to be demolished to make way for new extension. * Existing external landscaping to be demolished in some areas to make way for new cloister and walkway. 1.6 Part of the site development design includes: * Undertaking minor works to the existing Afadja site to make suitable to be used as a decant property whilst works to the Volta building are undertaken. * Refurbish the existing building to a fit-for-purpose, open plan office standard. * Replacement of existing mechanical and electrical installations. * Seismic strengthening and associated structural works. * External works to create shared internal and external spaces. 1.7 The Contractor, as well as any engaged sub-contractors, are required to perform all work in accordance with the relevant UK Standards. The construction must meet established UK standards throughout the build process. 2. It is anticipated that the works will be undertaken under the NEC form of contract; ECC 4, Option A (Priced Contract with an Activity Schedule). 3. The project team is also considering the inclusion of an Early Contractor Involvement stage ahead of the construction stage. Both stages will be within the same contract. 4. Some areas of the building will be classified as higher security and will require a separate specialist contractor. These works will not form part of this requirement/contract. However, the parameter and interface between the higher classified areas and the works within this requirement will require security cleared personnel at Security Check (SC*) level to manage the works. Contractor's will need to be able to provide such personnel before the works contract can begin. *SC is a process of security vetting. Further details can be found at https://www.gov.uk/government/publications/united-kingdom-security-vetting-clearance-levels/national-security-vetting-clearance-levels#security-check-sc. 5. Below is a schedule of key market engagement and tendering activities (subject to change): Activity Date Submit PME questionnaire Response 23rd February 2026 1:1 Discussions with Bidders W/C 2nd March 2026 Issue ITT Summer/Autumn 2026 Bidders day Summer/Autumn 2026 Proposed Bid Deadline Autumn/Winter 2026 Contract Award Winter 2026",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
}
],
"deliveryAddresses": [
{
"region": "GH",
"country": "GH",
"countryName": "Ghana"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 11160000,
"amount": 9300000,
"currency": "GBP"
},
"mainProcurementCategory": "works",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-12-01T00:00:00+00:00",
"endDate": "2029-08-02T23:59:59+01:00"
},
"status": "planning"
}
],
"communication": {
"futureNoticeDate": "2026-09-01T23:59:59+01:00"
},
"status": "planning"
},
"language": "en"
}