Notice Information
Notice Title
Private Sector Partner (PSP) for the Accelerated capability Environment (ACE)
Notice Description
This Tender Notice outlines the Home Offices intent to award a contract to deliver this requirement following a competitive procurement. The Accelerated Capability Environment (ACE) solves public safety and security challenges by bringing together the best of public and private sector capabilities, especially new digital and data technologies. The Private Sector Partner requirement is for a supplier to work closely with the Authority, to act as a flexible commissioning and delivery partner with responsibility for the dynamic ecosystem and collaboration platform (physical and virtual), to deliver commissioned ACE customer requirements (challenges or problem statements) and jointly protect HMG interests. It should be noted that the ACE capability operates across HMG and Authorities other than the Home Office may access this agreement providing there is a memorandum of understanding in place for ACE services between the Home Office and the respective HMG organisation. Commissions may or may not be limited to public safety and security challenges. It is anticipated that the majority of services will be delivered within the United Kingdom however the Authority may require the private sector delivery partner to support international delivery if required. Annual commissions will vary during the term of the contract based upon HMG demand. Such commissions are not guaranteed and historically as per the published ACE annual reviews these have ranged from ~PS29m-PS49m. Market engagement has taken place for this opportunity with engagement calls on the 18th December 2024 and 30th January 2025. A face to face session was held at the Home Office on the 4th March 2025. Notices (025731-2024 & 035036-2024) were issued as part of transitional arrangements from PCR2015 to PA23. The engagements provided opportunities for interested parties to understand more on ACE and the private sector partner service as well as the procurement process. The service is required to integrate the following key functions of leadership, mission engagement, portfolio delivery and innovation and enablers. The interaction between these and the ACE team within the Home Office make this suitable to be delivered in one lot as an integrated solution. This will provide greater taxpayer value for money through efficiency and consistency in approach. Contract value is set at PS19.8m for consistency with the tender notice but the contract drives to cost neutrality for the Authority. The duration of the initial contract term will be up to 36 months from the date of contract signature, with an option for up to two 12-month extensions making a total potential term of 60 months.
Lot Information
Lot 1
Options: * Provision of dedicated, longer-term Artificial Intelligence (AI) related technology and data science services, potentially through contract-compliant but separate governance processes, that could constitute some, or even all, of the functions of an "AI Lab" environment for specific customer sets. * Run environments providing access across one or more HMG departments or agencies or to the private sector to data or software libraries (e.g. GitHub-style market-places), potentially charging for use. * Develop and agree joint services with other innovation and technology units and partners across HM government, for example (including but not limited to) NSSIF, DASA and others. * Support to the Authority in the commercialisation of innovations developed through ACE, under previous and new contracts. * Support to the Authority in the development and professionalisation of innovation skills and capabilities across the Authority. The above contract modifications are not currently included in the tender but are current discussions the Authority is having to determine the role that the PSP will play in these circumstances.
Renewal: Two optional extensions of up to 12 months each can be enacted at the Authority's discretion.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-050992
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010993-2026
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- UK7 - Contract Details Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
45111290 - Primary works for services
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- £16,500,000 £10M-£100M
- Lots Value
- £16,500,000 £10M-£100M
- Awards Value
- £16,500,000 £10M-£100M
- Contracts Value
- £16,500,000 £10M-£100M
Notice Dates
- Publication Date
- 6 Feb 20262 weeks ago
- Submission Deadline
- 16 May 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 12 Dec 20252 months ago
- Contract Period
- 8 Jan 2026 - 7 Jan 2029 3-4 years
- Recurrence
- 2030-02-01
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- HOME OFFICE
- Additional Buyers
HOME OFFICE IS THE LEAD AUTHORITY FOR THIS CONTRACT. OTHER HMG DEPARTMENTS AND AGENCIES MAY USE THIS SERVCIE VIUA ENTERING AN MOU WITH THE HOME OFFICE.
- Contact Name
- Not specified
- Contact Email
- name@homeoffice.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 4DF
- 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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/010993-2026
6th February 2026 - Contract details notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/082581-2025
12th December 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/017756-2025
29th April 2025 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-050992-2026-02-06T14:18:02Z",
"date": "2026-02-06T14:18:02Z",
"ocid": "ocds-h6vhtk-050992",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PWGC-6513-PQLZ",
"name": "Home Office",
"identifier": {
"scheme": "GB-PPON",
"id": "PWGC-6513-PQLZ"
},
"address": {
"streetAddress": "2 Marsham Street",
"locality": "London",
"postalCode": "SW1P 4DF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"email": "name@homeoffice.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-COH-00414220",
"name": "PA Consulting Services Limited",
"identifier": {
"scheme": "GB-COH",
"id": "00414220"
},
"address": {
"streetAddress": "10 Bressenden Place",
"locality": "London",
"postalCode": "SW1E 5DN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"email": "shivani.joshi@paconsulting.com"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
},
"control": {
"description": "PA HOLDINGS LIMITED, 10 Bressenden Place, London, England, SW1E 5DN (02235016)"
}
},
{
"id": "GB-COH-03796233",
"name": "QinetiQ Limited",
"identifier": {
"scheme": "GB-COH",
"id": "03796233"
},
"address": {
"streetAddress": "Cody Technology Park",
"locality": "Farnborough,",
"postalCode": "GU14 0LX",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ37"
},
"roles": [
"tenderer"
],
"details": {
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-07540637",
"name": "Wazoku Limited",
"identifier": {
"scheme": "GB-COH",
"id": "07540637"
},
"address": {
"streetAddress": "10 Lower Thames Street",
"locality": "London",
"postalCode": "EC3R 6AF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"roles": [
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false
}
},
{
"id": "GB-COH-12495519",
"name": "Turner & Townsend Infrastructure Ltd",
"identifier": {
"scheme": "GB-COH",
"id": "12495519"
},
"address": {
"streetAddress": "Low Hall Calverley Lane",
"locality": "Leeds",
"postalCode": "LS18 4GH",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE42"
},
"roles": [
"tenderer"
],
"details": {
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-07343436",
"name": "VE3 Global Ltd",
"identifier": {
"scheme": "GB-COH",
"id": "07343436"
},
"address": {
"streetAddress": "86 90 Paul Street",
"locality": "London",
"postalCode": "EC2A 4NE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI41"
},
"roles": [
"tenderer"
],
"details": {
"scale": "sme",
"vcse": false
}
}
],
"buyer": {
"id": "GB-PPON-PWGC-6513-PQLZ",
"name": "Home Office"
},
"tender": {
"id": "Project_2691",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Private Sector Partner (PSP) for the Accelerated capability Environment (ACE)",
"description": "This Tender Notice outlines the Home Offices intent to award a contract to deliver this requirement following a competitive procurement. The Accelerated Capability Environment (ACE) solves public safety and security challenges by bringing together the best of public and private sector capabilities, especially new digital and data technologies. The Private Sector Partner requirement is for a supplier to work closely with the Authority, to act as a flexible commissioning and delivery partner with responsibility for the dynamic ecosystem and collaboration platform (physical and virtual), to deliver commissioned ACE customer requirements (challenges or problem statements) and jointly protect HMG interests. It should be noted that the ACE capability operates across HMG and Authorities other than the Home Office may access this agreement providing there is a memorandum of understanding in place for ACE services between the Home Office and the respective HMG organisation. Commissions may or may not be limited to public safety and security challenges. It is anticipated that the majority of services will be delivered within the United Kingdom however the Authority may require the private sector delivery partner to support international delivery if required. Annual commissions will vary during the term of the contract based upon HMG demand. Such commissions are not guaranteed and historically as per the published ACE annual reviews these have ranged from ~PS29m-PS49m. Market engagement has taken place for this opportunity with engagement calls on the 18th December 2024 and 30th January 2025. A face to face session was held at the Home Office on the 4th March 2025. Notices (025731-2024 & 035036-2024) were issued as part of transitional arrangements from PCR2015 to PA23. The engagements provided opportunities for interested parties to understand more on ACE and the private sector partner service as well as the procurement process. The service is required to integrate the following key functions of leadership, mission engagement, portfolio delivery and innovation and enablers. The interaction between these and the ACE team within the Home Office make this suitable to be delivered in one lot as an integrated solution. This will provide greater taxpayer value for money through efficiency and consistency in approach. Contract value is set at PS19.8m for consistency with the tender notice but the contract drives to cost neutrality for the Authority. The duration of the initial contract term will be up to 36 months from the date of contract signature, with an option for up to two 12-month extensions making a total potential term of 60 months.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45111290",
"description": "Primary works for services"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 19800000,
"amount": 16500000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This tender notice is for the award of a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023. The procurement will follow the competitive flexible procedure. The summary of stages are as follows: 1. Non-disclosure agreement 2. Conditions of Participation - procurement specific Questionnaire 3. Evaluation, moderation and down-select 4. Invitation to Tender (ITT), Negotiation and Best & Final Offer (BAFO) stage 5. Final evaluation, moderation and Authority Governance 6. Contract Award Firstly, bidders seeking to participate in the opportunity will be required to sign a non-disclosure agreement (NDA) in order to access the procurement opportunity. Upon satisfactory completion of the NDA, the next stage will be Conditions of Participation where bidders will be required to complete answers to set questions in the Procurement Specific Questionnaire (PSQ). The responses from bidders to the PSQ will be evaluated and moderated and ranked by the Authority in accordance with the issued evaluation methodology. The highest ranked bidders will be down-selected and invited to take part in the next stage of the procurement. Those bidders not down-selected will not participate in any further stages. The Authority aims to take sufficient bidders through to maintain competition but also ensures capable bidders move to the next stages - this is anticipated to be from a minimum of 3 bidders with a maximum of 6 bidders but the Authority may include more or less based upon bids received. Bidders invited to move forward after the PSQ will participate in the Invitation to Tender (ITT) stage which includes ITT, negotiation and best and final offer (BAFO) elements. The ITT stage will require bidders to provide further responses related to the services and provide a commercial bid for the services. These bids will be evaluated and moderated with the negotiation stage providing a one-to-one opportunity for both bidders and the Authority to clarify proposed solutions. Bidders should note that the Authority may amend the assessment for prior to the ITT stage as an update to its tender documentation which is being issued alongside the PSQ documentation. If such updates do occur this may be to refine the award criteria weighting of the ITT stage. The bidders will then move to a BAFO stage which shall be evaluated, moderated and ranked with a compliant preferred bidder being identified. Subject to governance approval and subject to contract within the Authority, the preferred bidder shall be awarded the contract. This procurement will be managed electronically via the Home Office's eSourcing Portal (JAGGAER). To participate in this procurement, participants must first be registered on the eSourcing Portal. Home Office eSourcing Portal. The Home Office reserves the right to cancel the competition at any stage with no liability for tenderer costs and expenses. You may express your interest to participate in this requirement by emailing John.Hampshire@homeoffice.gov.uk. Your email must clearly state: the name and reference for the procurement you wish to register for, the name of the registered organisation and the name and contact details for the registered individual sending the email. Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The eMail will be processed and then the buyer will enable the supplier to access the procurement online via the eSourcing Portal. The registered user will receive a notification email to alert them once this has been done. PSQ submissions must be made by: 17:00 Local time 30 May 2025."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"submissionMethodDetails": "via e-sourcing portal at: https://homeoffice.app.jaggaer.com/web/login.html",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-05-30T17:00:00+01:00",
"enquiryPeriod": {
"endDate": "2025-05-16T12:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-10-01T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "complete",
"value": {
"amountGross": 19800000,
"amount": 16500000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Pricing",
"description": "A pricing template will be required for completion fot bidders at the ITT stages. This will utilise the price/quality ratio and bidders will be required to input their propose doperating costs for ACE and plans for revenue generation. A net figure will be evaluated by the Authority.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical (Quality) Capability",
"description": "Bidders will be required to complete seven weighted technical capability questions related to (for example) Portfolio delivery, Leadership, Mision engagement, enablers and mobilisation. Questions will have a scoring criteria of between 0 and 100. Outstanding 100 Very Good 75 Satisfactory 50 Poor 20 Unacceptable 0",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"description": "Bidders will be required to complete technical capability questions related to the social value policy theme of 'Kick start economic growth'. There will be 2 weighted questions with specific social value scoring ctriteria where each question can earn a score between 20 and 100. Excellent Response 100 Good Response 75 Average Response 50 Poor Response 20",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 6
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Legal and financial capacity conditions will be assessed as part of this procurement through the Procurement Specific Questionnaire (PSQ) within the participation stage of the procurement. The PSQ is used to collect the information required for the Conditions of Participation Stage of the Private Sector partner for the Accelerated Capability Environment (ACE) procurement. Guidance on the procurement process can be found Guidance for Bidders within the procurement suite of documentation on the Jaggaer e-sourcing portal. The Conditions of Participation Stage is a pass / fail stage of the procurement process, and suppliers must achieve a pass mark on all mandatory pass questions. If a Bidder does not pass all questions that are mandatory to pass, that Bidder shall be disqualified from the competition and will not progress to the next stage."
},
{
"type": "technical",
"description": "This procurement includes an assessment of technical capability to deliver the services for the contract - these will be assessed at both the participation and invitation to tender stages of the competition. At the participation stage, the technical capability questions will include questions on previous experience and capability in utilising external providers for innovation capability, collaborating with stakeholders, managing delivery with multiple organisations for innovation and implementation of such programmes. The actual question set can be found in the PSQ document of the procurement documentation suite at the Authority e-sourcing portal (jaggaer)."
},
{
"description": "Bidders must successfully pass the procurement specific questionnaire (PSQ) question suite and be ranked in the top 6 following evaluation of the service specific technical questions.",
"forReduction": true
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-10-31T00:00:00+00:00",
"endDate": "2028-10-30T23:59:59+00:00",
"maxExtentDate": "2030-10-30T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "Two optional extensions of up to 12 months each can be enacted at the Authority's discretion."
},
"hasOptions": true,
"options": {
"description": "* Provision of dedicated, longer-term Artificial Intelligence (AI) related technology and data science services, potentially through contract-compliant but separate governance processes, that could constitute some, or even all, of the functions of an \"AI Lab\" environment for specific customer sets. * Run environments providing access across one or more HMG departments or agencies or to the private sector to data or software libraries (e.g. GitHub-style market-places), potentially charging for use. * Develop and agree joint services with other innovation and technology units and partners across HM government, for example (including but not limited to) NSSIF, DASA and others. * Support to the Authority in the commercialisation of innovations developed through ACE, under previous and new contracts. * Support to the Authority in the development and professionalisation of innovation skills and capabilities across the Authority. The above contract modifications are not currently included in the tender but are current discussions the Authority is having to determine the role that the PSP will play in these circumstances."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "The Authority: - may refine the Invitation to Tender (ITT) stage guidance for bidders; - may provide additional documents in the data room for bidders if required; - may update documentation as needed in accordance with the PA23 Any updates will be made within the Authority e-sourcing portal (jaggaer)."
},
{
"id": "017756-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/017756-2025",
"datePublished": "2025-04-29T17:11:59+01:00",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2030-02-01T23:59:59+00:00"
}
]
}
},
"language": "en",
"bids": {
"details": [
{
"id": "1",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-03796233",
"name": "QinetiQ Limited"
}
],
"relatedLots": [
"1"
]
},
{
"id": "2",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-07540637",
"name": "Wazoku Limited"
}
],
"relatedLots": [
"1"
]
},
{
"id": "3",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-12495519",
"name": "Turner & Townsend Infrastructure Ltd"
}
],
"relatedLots": [
"1"
]
},
{
"id": "4",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-07343436",
"name": "VE3 Global Ltd"
}
],
"relatedLots": [
"1"
]
},
{
"id": "5",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-00414220",
"name": "PA Consulting Services Limited"
}
],
"relatedLots": [
"1"
]
}
],
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 5,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"title": "Private Sector Partner (PSP) for the Accelerated capability Environment (ACE)",
"status": "active",
"date": "2025-12-12T00:00:00+00:00",
"value": {
"amountGross": 19800000,
"amount": 16500000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-00414220",
"name": "PA Consulting Services Limited"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45111290",
"description": "Primary works for services"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2025-12-23T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2025-12-24T00:00:00+00:00",
"endDate": "2028-12-23T23:59:59+00:00",
"maxExtentDate": "2030-12-23T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "Two extension options each of upto 12 months each"
},
"hasOptions": true,
"options": {
"description": "The right to additional purchases while the contract is valid. * Provision of dedicated, longer-term Artificial Intelligence (AI) related technology and data science services, potentially through contract-compliant but separate governance processes, that could constitute some, or even all, of the functions of an \"AI Lab\" environment for specific customer sets. * Run environments providing access across one or more HMG departments or agencies or to the private sector to data or software libraries (e.g. GitHub-style market-places), potentially charging for use. * Develop and agree joint services with other innovation and technology units and partners across HM government, for example (including but not limited to) NSSIF, DASA and others. * Support to the Authority in the commercialisation of innovations developed through ACE, under previous and new contracts. * Support to the Authority in the development and professionalisation of innovation skills and capabilities across the Authority. The above contract modifications are not currently included in the tender but are current discussions the Authority is having to determine the role that the PSP will play in these circumstances"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "082581-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/082581-2025",
"datePublished": "2025-12-12T15:12:38Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-12-12T00:00:00+00:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-12-24T23:59:59+00:00",
"status": "scheduled"
}
]
}
],
"contracts": [
{
"id": "1",
"awardID": "1",
"status": "active",
"period": {
"startDate": "2026-01-08T00:00:00+00:00",
"endDate": "2029-01-07T23:59:59+00:00",
"maxExtentDate": "2031-01-07T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "2x up to 12 months extension options"
},
"hasOptions": true,
"options": {
"description": "The right to additional purchases while the contract is valid. * Provision of dedicated, longer-term Artificial Intelligence (AI) related technology and data science services, potentially through contract-compliant but separate governance processes, that could constitute some, or even all, of the functions of an \"AI Lab\" environment for specific customer sets. * Run environments providing access across one or more HMG departments or agencies or to the private sector to data or software libraries (e.g. GitHub-style market-places), potentially charging for use. * Develop and agree joint services with other innovation and technology units and partners across HM government, for example (including but not limited to) NSSIF, DASA and others. * Support to the Authority in the commercialisation of innovations developed through ACE, under previous and new contracts. * Support to the Authority in the development and professionalisation of innovation skills and capabilities across the Authority."
},
"value": {
"amountGross": 19800000,
"amount": 16500000,
"currency": "GBP"
},
"aboveThreshold": true,
"dateSigned": "2026-01-08T00:00:00+00:00",
"documents": [
{
"id": "A-11609",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11609",
"format": "application/pdf"
},
{
"id": "A-11610",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11610",
"format": "application/pdf"
},
{
"id": "A-11611",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11611",
"format": "application/pdf"
},
{
"id": "A-11612",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11612",
"format": "application/pdf"
},
{
"id": "A-11613",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11613",
"format": "application/pdf"
},
{
"id": "A-11614",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11614",
"format": "application/pdf"
},
{
"id": "A-11615",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11615",
"format": "application/pdf"
},
{
"id": "A-11616",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11616",
"format": "application/pdf"
},
{
"id": "A-11617",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11617",
"format": "application/pdf"
},
{
"id": "A-11618",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11618",
"format": "application/pdf"
},
{
"id": "A-11619",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11619",
"format": "application/pdf"
},
{
"id": "A-11620",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11620",
"format": "application/pdf"
},
{
"id": "A-11621",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11621",
"format": "application/pdf"
},
{
"id": "A-11622",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11622",
"format": "application/pdf"
},
{
"id": "A-11623",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11623",
"format": "application/pdf"
},
{
"id": "A-11624",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11624",
"format": "application/pdf"
},
{
"id": "A-11625",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11625",
"format": "application/pdf"
},
{
"id": "A-11626",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11626",
"format": "application/pdf"
},
{
"id": "A-11627",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11627",
"format": "application/pdf"
},
{
"id": "A-11628",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11628",
"format": "application/pdf"
},
{
"id": "A-11629",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11629",
"format": "application/pdf"
},
{
"id": "A-11630",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11630",
"format": "application/pdf"
},
{
"id": "A-11631",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11631",
"format": "application/pdf"
},
{
"id": "A-11632",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11632",
"format": "application/pdf"
},
{
"id": "A-11633",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11633",
"format": "application/pdf"
},
{
"id": "A-11634",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11634",
"format": "application/pdf"
},
{
"id": "A-11635",
"documentType": "contractSigned",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11635",
"format": "application/pdf"
},
{
"id": "010993-2026",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/010993-2026",
"datePublished": "2026-02-06T14:18:02Z",
"format": "text/html"
}
],
"agreedMetrics": [
{
"id": "1",
"title": "KP1 - Quality",
"description": "Delivering high quality commission outcomes",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 3
}
}
]
},
{
"id": "2",
"title": "KPI 3 (Growth)",
"description": "Demonstrate ACE contribution to UK economic growth",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 3
}
}
]
},
{
"id": "3",
"title": "KPI 4 (Culture)",
"description": "Fostering a culture of innovation and creativity for ACE",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 3
}
}
]
},
{
"id": "4",
"title": "KPI 5 - Social Value",
"description": "Kickstart economic growth",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 3
}
}
]
},
{
"id": "5",
"title": "KPI 2 (Finance)",
"description": "Provision of Financial Information",
"observations": [
{
"id": "frequency",
"period": {
"durationInMonths": 1
}
}
]
}
]
}
]
}