Scope
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
Total value (estimated)
- £9,300,000 excluding VAT
- £11,160,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 December 2026 to 2 August 2029
- 2 years, 8 months, 2 days
Main procurement category
Works
CPV classifications
- 45210000 - Building construction work
Contract locations
- GH - Ghana
Engagement
Engagement deadline
1 July 2026
Engagement process 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.
Participation
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Publication date of tender notice (estimated)
1 September 2026
Contracting authority
Foreign, Commonwealth and Development Office
- Public Procurement Organisation Number: PXRR-8771-PHVX
King Charles Street
London
SW1A 2AH
United Kingdom
Contact name: Kathy Joslin
Email: Katherine.Joslin@fcdo.gov.uk
Website: https://www.gov.uk/government/organisations/foreign-commonwealth-development-office
Region: UKI32 - Westminster
Organisation type: Public authority - central government