Planning

FCDO Accra British High Commission Offices Redevelopment, Ghana

FOREIGN, COMMONWEALTH AND DEVELOPMENT OFFICE

This public procurement record has 1 release in its history.

Planning

13 Feb 2026 at 14:29

Summary of the contracting process

The Foreign, Commonwealth and Development Office is overseeing a redevelopment project of the British High Commission offices in Accra, Ghana. This project, titled "FCDO Accra British High Commission Offices Redevelopment", falls under the 'Building construction work' industry category. It is currently in the planning stage, with significant market engagement activities scheduled. Suppliers are invited to submit a Preliminary Market Engagement Questionnaire by 23 February 2026. Subsequent discussions with bidders will occur starting in the first week of March 2026, with the full tender expected to be issued between summer and autumn of 2026. The construction phase is anticipated to start in December 2026 and end in August 2029, providing considerable opportunities for businesses capable of performing works above the established UK standards.

This redevelopment of the High Commission's office spaces offers substantial business growth opportunities, particularly for firms specialising in construction, refurbishment, and mechanical and electrical installation. SMEs are considered suitable to participate in this procurement process, which involves a Competitive Flexible Procedure, including participation and invitation to tender stages. The project, valued at £9.3 million GBP net, with a gross amount of £11.16 million GBP, requires security-cleared personnel for certain areas, thus presenting opportunities for specialised contractors with the required security credentials. The contract will be hinged on the NEC form, specifically ECC 4, Option A, facilitating structured engagement and execution. Suppliers capable of delivering refurbishment and seismic strengthening works alongside creating functional spaces will find this tender highly compatible with their expertise.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
}