Tender

PA23 UK4 - Tender notice new

FOREIGN, COMMONWEALTH AND DEVELOPMENT OFFICE

This public procurement record has 1 release in its history.

Tender

02 Apr 2026 at 09:28

Summary of the contracting process

The Foreign, Commonwealth and Development Office (FCDO) is seeking proposals for the delivery of a Technical Assistance contract as part of the Nairobi Railway City Technical Assistance Project in Kenya. The procurement process is currently at the tender stage, using an open procedure with a light touch regime. The project aims to support Kenya Railways in unlocking the economic potential of the Railway City Project. The tender notice was published on 2 April 2026, with submissions due by 30 April 2026. This initiative covers foreign economic-aid-related services and is valued at GBP 9 million. The contract will commence on 22 June 2026 and run until 31 March 2028, with a possible extension of up to 24 months.

This tender presents an excellent opportunity for businesses specialising in technical assistance and strategic oversight, particularly those with experience in stakeholder management and economic development projects in international settings. The project aims to stimulate economic growth, employment, and climate resilience in Nairobi, adding considerable value to the supplier's portfolio. Businesses with robust financial and legal capacities to operate in Kenya and who can demonstrate effective leadership and technical skills will find this contract highly suitable. Additionally, SMEs are encouraged to apply, providing a platform for further growth and establishing a presence in the East African market.

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

Notice Title

PA23 UK4 - Tender notice new

Notice Description

Foreign, Commonwealth and Development Office (FCDO) are seeking proposals to deliver a Technical Assistance contract for Nairobi Railway City Technical Assistance Project (NRC TA) in Kenya. The contract will require the supplier to provide expertise to support Kenya Railways to fully develop and unlock the economic potential of the Railway City Project in Nairobi, Kenya. The Supplier will provide the strategic oversight of the Railway City Project, leadership, stakeholder management to ensure the effective delivery of day-to-day operations of the Contract. This will also include identification, development and delivery of Technical Assistance activities, oversight and management of the Technical Assistance expertise commissioned. The NRC TA contract will contribute to broader national objectives, including stimulating economic growth, generating employment opportunities, expanding future transport capacity, and delivering a mixed used climate resilient project that includes affordable housing in its scope. Related Previous Published Notices: - UK2: Preliminary Market Engagement Notice (Notice ID: 2025/S 000-076996, Published 25 November 2025) - UK3: Planned Procurement Notice (Notice ID: 2025/S 000-056944, Published 16 September 2025) Both notices provisionally stated the Competitive Flexible Procedure as the expected route to market, with a caveat that the procedure was subject to change.

Lot Information

Lot 1

Renewal: The initial contract value is up to PS5 million. The Contract will include an option for FCDO to extend the term of the contract by a maximum of 24 months, and up to PS4 million. This option will be exercised at the sole discretion of FCDO.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-067b78
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/030719-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services


CPV Codes

75211200 - Foreign economic-aid-related services

Notice Value(s)

Tender Value
£9,000,000 £1M-£10M
Lots Value
£9,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Apr 20262 days ago
Submission Deadline
30 Apr 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
21 Jun 2026 - 31 Mar 2028 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
FOREIGN, COMMONWEALTH AND DEVELOPMENT OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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-067b78-2026-04-02T10:28:22+01:00",
    "date": "2026-04-02T10:28:22+01:00",
    "ocid": "ocds-h6vhtk-067b78",
    "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": "Milena Bandere",
                "email": "commercial.smi@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"
    },
    "tender": {
        "id": "itt_7595",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "PA23 UK4 - Tender notice new",
        "description": "Foreign, Commonwealth and Development Office (FCDO) are seeking proposals to deliver a Technical Assistance contract for Nairobi Railway City Technical Assistance Project (NRC TA) in Kenya. The contract will require the supplier to provide expertise to support Kenya Railways to fully develop and unlock the economic potential of the Railway City Project in Nairobi, Kenya. The Supplier will provide the strategic oversight of the Railway City Project, leadership, stakeholder management to ensure the effective delivery of day-to-day operations of the Contract. This will also include identification, development and delivery of Technical Assistance activities, oversight and management of the Technical Assistance expertise commissioned. The NRC TA contract will contribute to broader national objectives, including stimulating economic growth, generating employment opportunities, expanding future transport capacity, and delivering a mixed used climate resilient project that includes affordable housing in its scope. Related Previous Published Notices: - UK2: Preliminary Market Engagement Notice (Notice ID: 2025/S 000-076996, Published 25 November 2025) - UK3: Planned Procurement Notice (Notice ID: 2025/S 000-056944, Published 16 September 2025) Both notices provisionally stated the Competitive Flexible Procedure as the expected route to market, with a caveat that the procedure was subject to change.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75211200",
                        "description": "Foreign economic-aid-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "KE",
                        "country": "KE",
                        "countryName": "Kenya"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 9000000,
            "amount": 9000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "Light touch contract"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "lightTouch"
        ],
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://fcdo.bravosolution.co.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-04-30T14:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-04-23T14:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-06-03T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 9000000,
                    "amount": 9000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The Price Per Quality Point (PPQP) method shall be used where the final score awarded to the Potential Supplier will be calculated using the Price Per Quality Point (PPQP) methodology. This is an absolute methodology which divides the Potential Supplier's Commercial Evaluation Total Cost by their Technical Score to calculate the Final Score. For details, please refer to Volume 1 of the tender documents.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Criteria",
                            "description": "T1 - Quality of Core Team Structure 10% T2a- Quality of Programme Leadership and Management 10% T2b- Quality of Technical experts 10% T3 Approach and Methodology to service delivery 25% T4 Approach to Partnership, Collaboration, Stakeholder Engagement 15% T5 Approach to Monitoring, Innovation, Evidence & Learning 10% T6 Risk Management Approach 10% T7 Innovation for Process Efficiency 10% Total Technical: 100% To mitigate the risk of low-quality bids, a minimum acceptance threshold has been set at a 65% (260 points out of maximum 400 points) for technical score, in line with the PPQP approach. Bidders must achieve a minimum technical score of 260 and above."
                        },
                        {
                            "type": "cost",
                            "name": "Commercial evaluation",
                            "description": "PPQP assesses the quality of price of each bid on its own merit. It assesses the quantitative relationship between the bidder's quality score and price. The lowest Price Per Quality Point score wins. The PPQP price will be calculated as: PPQP Cost = Core Team Cost (A) + Modelled Call Down Cost (B) A Tiebreaker is incorporated into the evaluation methodology should two or more bidders score the same. The highest technical score wins. If there is a tiebreaker on technical scores, then the highest score T3 wins."
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "LEGAL CAPACITY The Supplier is required to have the legal capacity to operate in Kenya. FINANCIAL CAPACITY Economic and Financial assessment will be based on the Supplier's Financial and Liquidity ratios. Supplier's EFS will be assessed on Pass/Fail basis as per requirement detailed in the Procurement Specific Questionnaire (PSQ) Part 3. A Potential Supplier who lacks the appropriate financial capacity could represent a risk to satisfactory contract delivery. Where financial capacity is in question, the Response may be failed on this basis, irrespective of a Potential Supplier's performance in other nonfinancial areas."
                        },
                        {
                            "type": "technical",
                            "description": "Capacity to Meet Kenya Operational Requirements Bidders must confirm that their organisation is able to obtain all necessary registrations, licences, and certifications required to legally operate in Kenya for the delivery of this contract. Bidders must confirm that: 1. Their organisation either already holds the required Kenyan registrations/licences, or 2. will secure all required registrations and licences prior to contract award, at their own cost and responsibility. Requirements may include, but are not limited to: * Certificate of Incorporation (Kenyan or foreign company registration pathway) * Tax Identification Number (PIN/TIN) * Tax Compliance Certificate * Business Operation and/or Trade Licence * NGO Registration Certificate (if applicable) * Additional statutory or sector specific requirements (e.g., Environmental Impact Assessment certificate where relevant) FCDO will require full evidence of compliance prior to contract award."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-06-22T00:00:00+01:00",
                    "endDate": "2028-03-31T23:59:59+01:00",
                    "maxExtentDate": "2030-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial contract value is up to PS5 million. The Contract will include an option for FCDO to extend the term of the contract by a maximum of 24 months, and up to PS4 million. This option will be exercised at the sole discretion of FCDO."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "030719-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/030719-2026",
                "datePublished": "2026-04-02T10:28:22+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "A Payment by Results (PbR) approach will be used to ensure the efficient and effective delivery of the Contract and its deliverables as follows: All expenses shall be invoiced monthly on actuals within the budget limit. These must be supported by relevant evidence (e.g. receipts), which must be shared with FCDO upon request. Inception Phase Payment: During the Inception Phase, the Supplier will be paid monthly in arrears for the completed deliverables set out in the payment schedule at Section 5 of the Contract. Implementation Phase Payment: During the Implementation Phase, the Supplier will be paid monthly in arrears for the completed deliverables (defined outputs). The Deliverables for the Implementation Phase will comprise a range of TA assistance and deliverables delivered through the Commissioning Notes and statements of work."
        }
    },
    "language": "en"
}