Tenders

FCDO Accra British High Commission Offices Redevelopment, Ghana

Open
Deadline
120 days left
July 01, 2026
Contract Details
Category
Other
Reference
013478-2026
Value
£11,160,000
Location
Inner London - West, United Kingdom
Published
February 23, 2026
CPV Code
Project Timeline

Tender Published

February 13, 2026

Deadline for Questions

June 24, 2026

Submission Deadline

July 01, 2026

Contract Start Date

December 01, 2026

Buyer IntelligencePRO
🔒
Unlock Buyer Intelligence
See spending patterns, preferred procedures, and more.
Upgrade to Professional →
Budget
£11,160,000
Duration
33 months
Location
Inner London - West
Type
Other
58
Quality Score/100
Fair

Original Tender 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

Risk Analysis

Please log in to use risk analysis.

Login

Win Strategy

Please log in to access winning strategy recommendations.

Login

Competitors

Upgrade to see which companies are likely to bid on this tender, based on historical procurement data.

Login

Requirements & Qualifications

15 requirements across 5 categories

Submission (5)
Mandatory (1)
Compliance (2)
Technical (6)
Financial (1)
SUBMISSION REQUIREMENTS5
--Submit a PME questionnaire Response by 23rd February 2026.
--Participate in 1:1 Discussions with Bidders (if invited) during the week commencing 2nd March 2026.
--Submit a response to the Invitation to Tender (ITT) (expected Summer/Autumn 2026).
MANDATORY EXCLUSION GROUNDS1
--(None explicitly stated in the provided text.)
ELIGIBILITY REQUIREMENTS2
--Must meet the Conditions of Participation questions at the Request to Participate stage.
--Must be able to provide Security Check (SC*) level cleared personnel for managing interfaces between high classified areas and the works within this contract before the works contract can begin.
TECHNICAL CAPABILITY REQUIREMENTS6
--Capability to undertake redevelopment and refurbishment of existing sites, including demolition, new extensions, minor works, mechanical and electrical installations replacement, seismic strengthening, and external works.
--Ability to perform all work in accordance with relevant UK Standards.
--Ability to ensure construction meets established UK standards throughout the build process.
FINANCIAL REQUIREMENTS1
--(None explicitly stated in the provided text.)

Requirements Preview

Sign up to view complete requirements and analysis

Documents

4 documents available with AI summaries

Planning NoticeHTM
013478-2026.html

This preliminary market engagement notice details the phased redevelopment of the British High Commission offices in Accra, Ghana, requiring contractors to adhere to UK standards, use an NEC ECC 4 Option A contract, and potentially provide security-cleared personnel for high-security interfaces.

OCDS RecordDOC
013478-2026_ocds_record.json

This tender involves the redevelopment of two existing sites for the British High Commission in Accra, Ghana, including refurbishment, systems replacement, and seismic strengthening, adhering to UK standards and requiring security-cleared personnel.

OCDS Release PackageDOC
013478-2026_ocds_release.json

This tender seeks contractors for the phased redevelopment and refurbishment of two British High Commission sites in Accra, Ghana, requiring adherence to UK construction standards and potentially security-cleared personnel.

Official PDF VersionPDF
013478-2026_official.pdf

This document outlines the redevelopment project for two existing British High Commission sites in Ghana, involving refurbishment, extensions, and seismic strengthening to UK standards, under an NEC ECC 4 contract, and requiring SC-level security-cleared personnel.

Documents Preview

Sign up to view document summaries and analysis

58
Fair

Tender Quality Score

This tender provides a clear project scope but is significantly hampered by the absence of explicit evaluation criteria and lack of electronic submission, impacting transparency and efficiency. Data inconsistencies further detract from its overall quality.

Score Breakdown

Legal Compliance75/100

The tender outlines a 'Competitive Flexible Procedure' consistent with UK FCDO practices. CPV codes are appropriate, and no disputes are noted. The PME questionnaire deadline is short but technically meets the 7-day minimum. However, the formal 'Type' and 'Procedure' fields are unpopulated, which is a minor administrative oversight.

Unpopulated 'Type' and 'Procedure' fields in basic information.
Clarity60/100

The project description, scope, and technical requirements (UK standards, NEC contract, security clearance) are well-articulated and understandable. However, a critical omission is the lack of specified evaluation criteria, which significantly hinders bidders' understanding of how their proposals will be judged.

No evaluation criteria specified.
Completeness65/100

Basic information, estimated value, duration, and location are provided. Key requirements are outlined, and documents are available. The main deficiency is the absence of explicit evaluation criteria. Additionally, the ITT and bid deadlines are indicative rather than firm dates, which reduces overall completeness for the full tender process.

No evaluation criteria specified.
ITT and bid deadlines are indicative, not firm dates.
Fairness50/100

The tender value is disclosed, and requirements appear generic rather than tailored. However, the lack of specified evaluation criteria severely compromises the objectivity and transparency of the process. The absence of electronic submission also creates a barrier to equal access and efficiency for potential bidders.

No evaluation criteria specified.
No electronic submission.
Practicality55/100

The contract start date and duration are clear, and financing information is available. However, the lack of electronic submission is a significant practical drawback in modern procurement, potentially increasing administrative burden for bidders and the contracting authority.

No electronic submission.
Data Consistency50/100

There are inconsistencies in the basic information fields, with 'Type' and 'Procedure' listed as 'None' despite a specific procedure being described. Furthermore, the 'Submission Deadline: 2026-07-01' in the basic info is confusing and inconsistent with the detailed timeline provided, which lists a PME deadline of Feb 23, 2026, and later ITT/bid deadlines.

'Type' and 'Procedure' fields unpopulated despite description.
Conflicting/unclear 'Submission Deadline' date in basic info.
Sustainability20/100

The tender does not explicitly incorporate green procurement principles, social aspects, or an innovation focus. While not always mandatory for construction projects, their absence indicates a missed opportunity to promote broader public policy objectives.

No explicit green procurement criteria.
No social criteria.

Strengths

Clear project description and scope.
Detailed technical requirements (UK standards, NEC contract).
Value and key timelines (contract duration, start date) are specified.

Concerns

Absence of explicit evaluation criteria.
Lack of electronic submission.
Inconsistencies in basic data fields and conflicting deadline information.
No integration of sustainability, social, or innovation aspects.

Recommendations

1. Immediately publish clear and objective evaluation criteria to ensure transparency and fairness.
2. Implement an electronic submission system to streamline the process and enhance accessibility.
3. Rectify data inconsistencies, particularly regarding the tender type/procedure and the 'Submission Deadline' date, to avoid confusion.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

Add to Pipeline