Buyer Name: Foreign, Commonwealth and Development Office
Buyer Address: King Charles Street, London, UKI32, SW1A 2AH, United Kingdom
Contact Name: Elizabeth Mitchell-Yankah
Contact Email: Commercial.ESNDCategories@fcdo.gov.uk
Buyer Name: Foreign, Commonwealth and Development Office
Buyer Address: King Charles Street, London, UKI32, SW1A 2AH, United Kingdom
Contact Name: Elizabeth Mitchell-Yankah
Contact Email: Commercial.ESNDCategories@fcdo.gov.uk
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
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/031244-2025
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value: GBP 7,460,000.00
Lot 1 Value (Gross): GBP 7,460,000.00
Lot 1 Contract Start: 2026-01-14T00:00:00+00:00
Lot 1 Contract End: 2028-08-30T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Technical - Programme (15%)
Lot 1 Award Criterion (quality): Technical - Methodology (30%)
Lot 1 Award Criterion (quality): Technical - Risk management (10%)
Lot 1 Award Criterion (quality): Technical - Quality management (10%)
Lot 1 Award Criterion (quality): Technical - CV (Project Director, Project Manager, Site Manager, M&E Manager) (10%)
Lot 1 Award Criterion (quality): Technical - Health & Safety (15%)
Lot 1 Award Criterion (quality): Technical - Logistics plan (procurement and delivery of materials to site) (10%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PXRR-8771-PHVX",
"name": "Foreign, Commonwealth and Development Office"
},
"date": "2025-06-10T13:04:23+01:00",
"id": "031244-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-0507ea",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "SW1A 2AH",
"region": "UKI32",
"streetAddress": "King Charles Street"
},
"contactPoint": {
"email": "Commercial.ESNDCategories@fcdo.gov.uk",
"name": "Elizabeth Mitchell-Yankah"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://www.gov.uk/government/organisations/foreign-commonwealth-development-office"
},
"id": "GB-PPON-PXRR-8771-PHVX",
"identifier": {
"id": "PXRR-8771-PHVX",
"scheme": "GB-PPON"
},
"name": "Foreign, Commonwealth and Development Office",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2025-12-12T23:59:59+00:00"
},
"coveredBy": [
"GPA"
],
"description": "The scope of the project is to develop an existing site, leased by the FCDO, to accommodate the British Embassy and Ambassador\u2019s Residence. The new embassy will replace the existing small locally staffed office in Niger. \nThe 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.\nEarly Contractor Involvement (ECI) - Stage 1 \nThe Contractor\u2019s deliverables for Stage 1, which will include preparatory activities prior to the commencement of the main construction works, are as follows: \n\u2022 Survey for unexploded ordnance. \n\u2022 Logistics plan \n\u2022 Report into availability of Plant and Materials \n\u2022 Report into availability of local labour \n\u2022 Subcontractor Procurement\n\u2022 Procurement and delivery of Plant and Materials to site; \n\u2022 Development of CDP; \n\u2022 Existing trees \u2013 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; \n\u2022 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; \n\u2022 Unless otherwise agreed with the Project Manager, submission of all Plant and \nMaterial samples in accordance with the design; \n\u2022 Obtainment of the necessary construction permits required; \n\u2022 Obtainment of visas for personnel requiring them to work on the Site; \n\u2022 Confirm the relevant details of their locally licensed Subcontractor are included on the planning application within 5 days of the starting date; \n\u2022 Undertaking all necessary surveys required to develop the Stage 1 Contractor\u2019s Design Portion.\nConstruction Works - Stage 2\nThe existing site is a villa in Koira Kano district that will be combined into a new \nEmbassy/Residence compound. The project scope includes: \n\u2022 A large residential house - this building will remain and be converted to form the Embassy at ground floor and Residence at first floor. \n\u2022 Existing outbuilding \u2013 this will be refurbished to provide driver\u2019s resting facilities: tea point, shower room and bedroom. \n\u2022 Existing open car port \u2013 the openings will be infilled to provide changing facilities with WC and shower. \n\u2022 An existing pool \u2013 this is to be refurbished with a new deck raised at pool level and low-level fencing around the perimeter. \n\u2022 New low level soft landscaping will be incorporated into a shared garden. \n\u2022 Existing perimeter wall \u2013 is to be assessed by the contractor and reinforced as required. \n\u2022 The wall between the two existing sites to be demolished to form one larger site. \nPart of the site development design includes: \n\u2022 A relocated main entrance with controlled site access with vehicle airlock and pedestrian processing area. \n\u2022 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. \n\u2022 A new police hut located outside perimeter wall, inside planters, near the Guard House. \n\u2022 PV covered parking spaces. \n\u2022 A new gym located by the pool area. \n\u2022 New pool plantroom, inc. plant \n\u2022 New formal and informal covered seating areas. \u2022 New outbuildings to include a water filtration store, switchroom, mail scanner (inc. frangible panel), storage, drivers rest room (inc. bedroom, toilet, kitchenette), Male \u0026 Female changing facilities, \n\u2022 Use of soft landscaping, screening mechanisms and gates to separate private and shared areas. \n\u2022 A secondary exit from the compound in case of emergency. \n\u2022 Form new kerb line outside perimeter of external wall, including concrete planters set 1200mm apart",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"accessDetails": "Instructions to Tenderers, Pricing Schedule, Project Tender Pack including Plans, Survey information, Specifications etc.",
"documentType": "biddingDocuments",
"id": "future"
},
{
"datePublished": "2025-06-10T13:04:23+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "031244-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/031244-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-06-24T16:00:00+01:00"
},
"expressionOfInterestDeadline": "2025-07-04T17:00:00+01:00",
"id": "ESND-12231-2025",
"items": [
{
"additionalClassifications": [
{
"description": "Building construction work",
"id": "45210000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "NE",
"countryName": "Niger",
"region": "NE"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Technical - Programme",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Technical - Methodology",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Technical - Risk management",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Technical - Quality management",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Technical - CV (Project Director, Project Manager, Site Manager, M\u0026E Manager)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Technical - Health \u0026 Safety",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Technical - Logistics plan (procurement and delivery of materials to site)",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2028-08-30T23:59:59+01:00",
"startDate": "2026-01-14T00:00:00+00:00"
},
"id": "1",
"secondStage": {
"maximumCandidates": 5,
"minimumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"description": "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.",
"type": "economic"
},
{
"description": "Pass/fail Questions \n- Economic and Financial Standing Supplier Accounts Assessment: \nthe Potential Tenderers average three-year annual revenue must be at least \u00a36,200,000 GBP\n- Insurance Polices:\na.\tEmployer\u2019s (Compulsory) Liability Insurance* = \u00a310,000,000\nb.\tPublic Liability Insurance = \u00a310,000,000 \nc.\tProfessional Indemnity Insurance = \u00a310,000,000 \nd.\tProduct Liability Insurance = \u00a310,000,000 \ne.\tContractor\u2019s Design = \u00a35,000,000 (for each and every occurrence) \nf.\tMotor Third Party Liability Insurance (for each and every occurrence) = \u00a31,000,000\n- Organisational standards - Environmental Standards, Quality Assurance \n - Standards, Health and safety\n- Skills and Apprentices\n- Anti-discrimination - Equalities Act Requirements\n- Equal opportunity and diversity policy and capability \n- Taking account of a potential suppliers approach to payment in the procurement of major contracts (over \u00a35m) (PPN 015)\nScored Questions \nCoPT 1\t Relevant experience and contract examples\t7.5%\nCoPT 2\t Experience of Sub-contractor management\t7.5%\nCoPT 3\t Local supply market\t7.5%\nCoPT 4\t Mitigating against any skills shortages and capacity constraints\t5%\nCoPT 5\tStrategy to undertake works in Africa \t5%\nCoPT 6\tExperience in working on Two-stage contracts\t5%\nCoPT 7\tExperience in delivering Quality and VFM in Africa\t5%\nCoPT 8\tLocally sourced materials \t5.5%\nCoPT 9\tUnderstanding of UK Building Regulations and British Standards\t7.5%\nCoPT 10\t Occupied and secure Embassy building construction projects.\t7.5%\nCoPT 11\t Contractor design portion \t9%\nCoPT 12\t Organisational standards - Environmental Standards \t5% \nCoPT 13\t Organisational standards - Quality Assurance Standards\t5%\nCoPT 15\t Organisational standards - Health and safety\t9%\nCoPT 16\t Organisational standards - Health and safety\t9%",
"type": "technical"
},
{
"description": "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.\nNote: there will be a 10 day Standstill Period after the ITT outcome ( and intention to award) letters are issued following ITT evaluation.",
"forReduction": true
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"value": {
"amount": 7460000.0,
"amountGross": 7460000.0,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "works",
"procedure": {
"features": "This procurement process will be run as a Competitive Flexible Procedure in accordance with the latest UK procurement guidelines under the Procurement Act 2023. \nThe procurement process will be run as follows:\nSupplier engagement event \u2013 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) \u2013 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. \nThe second engagement event will be during Invitation To Tender. This will be a site visit and Q\u0026A 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. \nInvitation to Participate (ITP) \n-\tParticipation 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. \n-\tClarification 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.\n-\tEvaluation of the Request to Participate (RtP) submissions \u2013 During this stage FCDO will evaluate Potential Supplier\u2019s submissions. The evaluation process will comprise of compliance checks, individual evaluations by Client Evaluators, moderation of scores, and an Economic and Financial standing assessment. \nInvitation to Tender (ITT)\n-\tInvitation 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 \n-\tClarification Process - questions can be raised by suppliers about the procurement process or any element of the procurement pack. \n-\tPost-Tender Clarifications \u2013 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."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"status": "active",
"submissionMethodDetails": "https://fcdo.bravosolution.co.uk/web/login.html\nProject_12231, itt_7067 - PA23 PSQ - FCDO New Embassy and Residence Works in Niamey, Niger\nHow to Register Your Company/Express Interest in this Project: \n 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). \n2. 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; \nResponding to the Invitation to Participate - You can choose to \"Reply\" or \"Reject\" (please give a reason if rejecting) - You can now use the \u0027Messages\u0027 function to communicate with the buyer and seek clarification - Note the deadline for completion, - There may be a mixture of online \u0026 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. \nPotential Providers should answer all questions as accurately and concisely as possible in the same order as the questions are presented. \nWhere attachments are requested to be submitted within the electronic PSQ, these shall be submitted with the question number in the title.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"title": "FCDO New Embassy and Residence Works in Niamey, Niger",
"value": {
"amount": 7460000.0,
"amountGross": 7460000.0,
"currency": "GBP"
}
}
}