Scope
Reference
ESND-12231-2025
Description
The scope of the project is to develop an existing site, leased by the FCDO, to accommodate the British Embassy and Ambassador's Residence. The new embassy will replace the existing small locally staffed office in Niger.
The 2-storey Koira Kano villa is set within its own compound with a number of existing ancillary buildings to the southwest. The villa is on a corner plot at a junction with two roads and offers the opportunity for a secondary egress point.
Early Contractor Involvement (ECI) - Stage 1
The Contractor's deliverables for Stage 1, which will include preparatory activities prior to the commencement of the main construction works, are as follows:
• Survey for unexploded ordnance.
• Logistics plan
• Report into availability of Plant and Materials
• Report into availability of local labour
• Subcontractor Procurement
• Procurement and delivery of Plant and Materials to site;
• Development of CDP;
• Existing trees - These will be assessed and retained as much as possible, subject to confirmation from the Operational Site Assessment some trees will be removed to allow placement of ancillary buildings. Following review of OSA;
• To work with the Project Manager in sourcing more cost-effective local materials, for inclusion in a revised procurement plan. Samples of all proposed local materials will be UK lab tested for acceptance;
• Unless otherwise agreed with the Project Manager, submission of all Plant and
Material samples in accordance with the design;
• Obtainment of the necessary construction permits required;
• Obtainment of visas for personnel requiring them to work on the Site;
• Confirm the relevant details of their locally licensed Subcontractor are included on the planning application within 5 days of the starting date;
• Undertaking all necessary surveys required to develop the Stage 1 Contractor's Design Portion.
Construction Works - Stage 2
The existing site is a villa in Koira Kano district that will be combined into a new
Embassy/Residence compound. The project scope includes:
• A large residential house - this building will remain and be converted to form the Embassy at ground floor and Residence at first floor.
• Existing outbuilding - this will be refurbished to provide driver's resting facilities: tea point, shower room and bedroom.
• Existing open car port - the openings will be infilled to provide changing facilities with WC and shower.
• An existing pool - this is to be refurbished with a new deck raised at pool level and low-level fencing around the perimeter.
• New low level soft landscaping will be incorporated into a shared garden.
• Existing perimeter wall - is to be assessed by the contractor and reinforced as required.
• The wall between the two existing sites to be demolished to form one larger site.
Part of the site development design includes:
• A relocated main entrance with controlled site access with vehicle airlock and pedestrian processing area.
• A new Guard House with an oriel window protruding from the site perimeter wall with a clear view over the external main road. The Guard House includes a waiting area with a bag scanner and lockers, search room and office space with tea point, shower room and rest facilities.
• A new police hut located outside perimeter wall, inside planters, near the Guard House.
• PV covered parking spaces.
• A new gym located by the pool area.
• New pool plantroom, inc. plant
• New formal and informal covered seating areas. • New outbuildings to include a water filtration store, switchroom, mail scanner (inc. frangible panel), storage, drivers rest room (inc. bedroom, toilet, kitchenette), Male & Female changing facilities,
• Use of soft landscaping, screening mechanisms and gates to separate private and shared areas.
• A secondary exit from the compound in case of emergency.
• Form new kerb line outside perimeter of external wall, including concrete planters set 1200mm apart
Total value (estimated)
- £7,460,000 excluding VAT
- £7,460,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 14 January 2026 to 30 August 2028
- 2 years, 7 months, 17 days
Main procurement category
Works
CPV classifications
- 45210000 - Building construction work
Contract locations
- NE - Niger
Participation
Legal and financial capacity conditions of participation
The Potential supplier must confirm that they will contract under English Law, and the NEC 4 form of contract. They must confirm willingness to obtain Security Clearance and Visas for the purposes of delivering this contract. Legal capacity questions are assessed as Pass/Fail and in the case of demonstrating Licence to act as Principal and understanding of the requirement; this is a scored question with a minimum pass score.
Technical ability conditions of participation
Pass/fail Questions
- Economic and Financial Standing Supplier Accounts Assessment:
the Potential Tenderers average three-year annual revenue must be at least £6,200,000 GBP
- Insurance Polices:
a. Employer's (Compulsory) Liability Insurance* = £10,000,000
b. Public Liability Insurance = £10,000,000
c. Professional Indemnity Insurance = £10,000,000
d. Product Liability Insurance = £10,000,000
e. Contractor's Design = £5,000,000 (for each and every occurrence)
f. Motor Third Party Liability Insurance (for each and every occurrence) = £1,000,000
- Organisational standards - Environmental Standards, Quality Assurance
- Standards, Health and safety
- Skills and Apprentices
- Anti-discrimination - Equalities Act Requirements
- Equal opportunity and diversity policy and capability
- Taking account of a potential suppliers approach to payment in the procurement of major contracts (over £5m) (PPN 015)
Scored Questions
CoPT 1 Relevant experience and contract examples 7.5%
CoPT 2 Experience of Sub-contractor management 7.5%
CoPT 3 Local supply market 7.5%
CoPT 4 Mitigating against any skills shortages and capacity constraints 5%
CoPT 5 Strategy to undertake works in Africa 5%
CoPT 6 Experience in working on Two-stage contracts 5%
CoPT 7 Experience in delivering Quality and VFM in Africa 5%
CoPT 8 Locally sourced materials 5.5%
CoPT 9 Understanding of UK Building Regulations and British Standards 7.5%
CoPT 10 Occupied and secure Embassy building construction projects. 7.5%
CoPT 11 Contractor design portion 9%
CoPT 12 Organisational standards - Environmental Standards 5%
CoPT 13 Organisational standards - Quality Assurance Standards 5%
CoPT 15 Organisational standards - Health and safety 9%
CoPT 16 Organisational standards - Health and safety 9%
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
24 June 2025, 4:00pm
Submission type
Requests to participate
Deadline for requests to participate
4 July 2025, 5:00pm
Submission address and any special instructions
https://fcdo.bravosolution.co.uk/web/login.html
Project_12231, itt_7067 - PA23 PSQ - FCDO New Embassy and Residence Works in Niamey, Niger
How to Register Your Company/Express Interest in this Project:
1. Register your company on the eSourcing portal (this is only required once) - Browse to the eSourcing Portal: https://fcdo.bravosolution.co.uk and click the link to register. Accept the terms and conditions and click "continue" - Enter your correct business and user details - Note the username you chose and click "Save" when complete - you will shortly receive an e-mail with your unique password (please keep this secure).
2. Login to the portal with the username/password - Click on the relevant ITT (noted above) - You can now access any attachments by clicking the "Settings and Buyer Attachments" in the "Actions" box;
Responding to the Invitation to Participate - You can choose to "Reply" or "Reject" (please give a reason if rejecting) - You can now use the 'Messages' function to communicate with the buyer and seek clarification - Note the deadline for completion, - There may be a mixture of online & offline actions for you to perform (there is detailed online help available), You must then publish your reply using the publish button in the "Actions" box on the left-hand side of the page. If you require any further assistance please consult the online help or contact the e-Tendering help desk.
Potential Providers should answer all questions as accurately and concisely as possible in the same order as the questions are presented.
Where attachments are requested to be submitted within the electronic PSQ, these shall be submitted with the question number in the title.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
5 suppliers
Selection criteria:
For the Invitation to Paticipate stage of this Competitive Flexible Procedure, Potential Suppliers must pass all Pass/fail questions and achieve a minimum of 50% in the Scored questions. The Top 5, compliant and higest scoring Potential Suppliers will be Invited to Tender.
Note: there will be a 10 day Standstill Period after the ITT outcome ( and intention to award) letters are issued following ITT evaluation.
Award decision date (estimated)
12 December 2025
Award criteria
Name | Type | Weighting |
---|---|---|
Technical - Methodology | Quality | 30% |
Technical - Programme | Quality | 15% |
Technical - Health & Safety | Quality | 15% |
Technical - Risk management | Quality | 10% |
Technical - Quality management | Quality | 10% |
Technical - CV (Project Director, Project Manager, Site Manager, M&E Manager) | Quality | 10% |
Technical - Logistics plan (procurement and delivery of materials to site) | Quality | 10% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
This procurement process will be run as a Competitive Flexible Procedure in accordance with the latest UK procurement guidelines under the Procurement Act 2023.
The procurement process will be run as follows:
Supplier engagement event - a call/meeting to ensure that suppliers are familiar with the key aspects of the procurement. There will be two Supplier Engagement events. The first will be during the Conditions of Participation (CoP) - Invitation To Participate (ITP) stage where a presentation will be given online to explain the project requirements, the tender process, and answer any questions. See Section 1.23 Supplier Engagement Events for more information.
The second engagement event will be during Invitation To Tender. This will be a site visit and Q&A session. Only Suppliers invited to tender will be permitted to attend events during this stage. See Section 1.23 Supplier Engagement Events for more information.
Invitation to Participate (ITP)
- Participation phase - where suppliers will be assessed to determine that they have suitable legal and financial standing and demonstrate the required capabilities to be selected to submit a tender for the requirement. This stage features Conditions of Participation, which are detailed further in Section 2 of these Instructions. The Client requires the information sought in Volume 2 - Procurement Specific Questionnaire from each Potential Supplier that wishes to proceed further in tendering for this project. Only Potential Suppliers who are successful at this ITP stage will be invited to tender for this project.
- Clarification Process - questions can be raised by suppliers about the procurement process or any element of the ITP pack, or by the contracting authority where information is unclear, contains obvious error, false statements, abnormal offers or where items are missing.
- Evaluation of the Request to Participate (RtP) submissions - During this stage FCDO will evaluate Potential Supplier's submissions. The evaluation process will comprise of compliance checks, individual evaluations by Client Evaluators, moderation of scores, and an Economic and Financial standing assessment.
Invitation to Tender (ITT)
- Invitation to Tender Phase - where suppliers who qualify under the conditions of the Conditions of Participation phase are invited to submit a tender for the requirement. At the close of this phase suppliers most provide their final submissions
- Clarification Process - questions can be raised by suppliers about the procurement process or any element of the procurement pack.
- Post-Tender Clarifications - FCDO may issue further clarification questions for the purposes of verifying the content of final tenders. by the contracting authority where information is unclear, contains obvious error, false statements, abnormal offers or where items are missing.
Documents
Documents to be provided after the tender notice
Instructions to Tenderers, Pricing Schedule, Project Tender Pack including Plans, Survey information, Specifications etc.
Contracting authority
Foreign, Commonwealth and Development Office
- Public Procurement Organisation Number: PXRR-8771-PHVX
King Charles Street
London
SW1A 2AH
United Kingdom
Contact name: Elizabeth Mitchell-Yankah
Email: Commercial.ESNDCategories@fcdo.gov.uk
Website: https://www.gov.uk/government/organisations/foreign-commonwealth-development-office
Region: UKI32 - Westminster
Organisation type: Public authority - central government