Notice Information
Notice Title
MHCLG Augmented Planning Decisions
Notice Description
The Contracting Authority (Ministry of Housing, Communities and Local Government) seeks to develop a planning tool that enables Augmented decision making for planning applications. The initial focus will be on householder developments (as defined in Town and Country Planning (Development Management Procedure) (England) Order 2015) with a view to expand into further application types within the 'other*' category (those not classified as Major or Minor) which represent 69% of all planning applications. The objective is to dramatically reduce planning application processing times initially targeting a reduction from upwards of 8 weeks to circa 4 weeks, with a long-term vision of near-instant decisions for straightforward applications. All reduction targets do not include elements that solutions cannot be expected to affect i.e. statutory 21-day consultation periods, site visits, neighbour notifications, external consultee responses, and committee scheduling. Proposals will need to demonstrate understanding of the relevant parts of the planning process including administrative processes (e.g. policy research, citation generation, report generation) as well as analytical processes (e.g. material considerations identification, policy compliance assessment, planning balance evaluation, decision reasoning). Solutions should be designed to assist planning officers with the above processes and provide reasoned, verifiable recommendations for decisions. Solutions must be integrated with existing planning systems. As part of the Invitation to Tender (ITT) stage, bidders will be required to participate in a two-week demo build (unpaid) to each develop a working prototype which will be evaluated at "Demo Day". This will take the form of a presentation of the prototype, and this will be evaluated in accordance with the process and award criteria set out in the ITT. During the contract, the service recipients (i.e. those that will use the solution) may include: DSIT MHCLG Local Planning Authorities (317 LPAs) Planning Inspectorate Devolved Administrations Combined Authorities (mayoral authorities with planning powers) National Parks Authorities (separate planning authorities) Broads Authority (special planning authority) The procurement has been carried out by the Department for Science, Innovation and Technology for and on behalf of the Ministry of Housing, Communities and Local Government.
Lot Information
Lot 1
Options: Beta Phase & Scale Phase activation is at the Authority's sole discretion, depending on success of minimum viable product. Support & Grow Phase at Authority's sole discretion, dependent on the success of Beta Phase Extension to Support, Maintenance & Grow Phase at Authority's sole discretion No automatic renewal provisions
Renewal: Alpha Phase (Pilot) Duration: Estimated 3 months from contract signature Beta & Scale Phase Duration (if activated): Estimated 12 months following successful Alpha Phase completion Support & Grow Phase Duration: Estimated 12 months following Beta & Scale Phase Optional Extension: Estimated 12 months following initial Support & Grow Phase Total Potential Duration: Up to 39 months (including all phases)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05d4aa
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010994-2026
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
Notice Value(s)
- Tender Value
- £8,333,333 £1M-£10M
- Lots Value
- £8,333,333 £1M-£10M
- Awards Value
- £6,906,513 £1M-£10M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Feb 20262 weeks ago
- Submission Deadline
- 5 Nov 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 5 Feb 20262 weeks ago
- Contract Period
- 17 Feb 2026 - 17 May 2028 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT FOR SCIENCE, INNOVATION & TECHNOLOGY
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- cih@dsit.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1A 2EG
- 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/010994-2026
6th February 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/010741-2026
5th February 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/076775-2025
25th November 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/076062-2025
21st November 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/068747-2025
27th October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/068743-2025
27th October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/068741-2025
27th October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-6702
Procurement Specific Questionnaire for AI-Augmented Planning Decisions Tender -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-6703
Procurement Specific Questionnaire for AI-Augmented Planning Decisions Tender -
https://www.find-tender.service.gov.uk/Notice/Attachment/A-8355
Procurement Specific Questionnaire for AI-Augmented Planning Decisions Tender
Notice URLs
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-05d4aa-2026-02-06T14:18:26Z",
"date": "2026-02-06T14:18:26Z",
"ocid": "ocds-h6vhtk-05d4aa",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PVWZ-3216-PVQL",
"name": "Department for Science, Innovation & Technology",
"identifier": {
"scheme": "GB-PPON",
"id": "PVWZ-3216-PVQL"
},
"address": {
"streetAddress": "22 Whitehall",
"locality": "London",
"postalCode": "SW1A 2EG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"email": "cih@dsit.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-PPON-PWCX-8281-CLPR",
"name": "Ministry of Housing, Communities & Local Government",
"identifier": {
"scheme": "GB-PPON",
"id": "PWCX-8281-CLPR"
},
"address": {
"streetAddress": "2 Marsham St",
"locality": "London",
"postalCode": "SW1P 4DF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"email": "cih@dsit.gov.uk"
},
"roles": [
"procuringEntity"
],
"roleDetails": "MHCLG is the contracting authority for this procurement. In accordance with section 1(3)(a) of the Procurement Act 2023, MHCLG is carrying out this procurement through the Commercial Innovation Hub part of Department for Science, Innovation and Technology (DSIT), which is acting as its agent."
},
{
"id": "GB-COH-03977902",
"name": "Google Cloud EMEA Limited",
"identifier": {
"scheme": "GB-COH",
"id": "03977902"
},
"address": {
"streetAddress": "70 Sir John Rogerson's Quay",
"locality": "Dublin",
"postalCode": "D02 R296",
"country": "IE",
"countryName": "Ireland",
"region": "IE"
},
"contactPoint": {
"email": "ps-frameworks@google.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
},
"control": {
"description": "https://core.cro.ie/e-commerce/company/692859 and https://find-and-update.company-information.service.gov.uk/company/03977902/officers"
}
},
{
"id": "GB-COH-00688424",
"name": "AtkinsRealis UK Limited",
"identifier": {
"scheme": "GB-COH",
"id": "00688424"
},
"address": {
"streetAddress": "Woodcote Grove, Ashley Road",
"locality": "Epsom, Surrey",
"postalCode": "KT18 5BW",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ26"
},
"roles": [
"tenderer"
],
"details": {
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-07195160",
"name": "Cognizant Worldwide Limited",
"identifier": {
"scheme": "GB-COH",
"id": "07195160"
},
"address": {
"streetAddress": "280 Bishopsgate",
"locality": "London",
"postalCode": "EC2M 4AG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI42"
},
"roles": [
"tenderer"
],
"details": {
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-03919935",
"name": "Endava (UK) Limited",
"identifier": {
"scheme": "GB-COH",
"id": "03919935"
},
"address": {
"streetAddress": "125 Old Broad Street",
"locality": "London",
"postalCode": "EC2N 1AR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"roles": [
"tenderer"
],
"details": {
"scale": "large",
"vcse": false
}
},
{
"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"
},
"roles": [
"tenderer"
],
"details": {
"scale": "large",
"vcse": false
}
}
],
"buyer": {
"id": "GB-PPON-PVWZ-3216-PVQL",
"name": "Department for Science, Innovation & Technology"
},
"planning": {
"noEngagementNoticeRationale": "No notice issued as no detailed input required from market. High level market engagement conducted to verify potential for solution. No material information disclosed that has not or will not be provided to all other bidders. Authority satisfied no unfair advantage conferred on any potential supplier."
},
"tender": {
"id": "ocds-h6vhtk-05d4aa",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "MHCLG Augmented Planning Decisions",
"description": "The Contracting Authority (Ministry of Housing, Communities and Local Government) seeks to develop a planning tool that enables Augmented decision making for planning applications. The initial focus will be on householder developments (as defined in Town and Country Planning (Development Management Procedure) (England) Order 2015) with a view to expand into further application types within the 'other*' category (those not classified as Major or Minor) which represent 69% of all planning applications. The objective is to dramatically reduce planning application processing times initially targeting a reduction from upwards of 8 weeks to circa 4 weeks, with a long-term vision of near-instant decisions for straightforward applications. All reduction targets do not include elements that solutions cannot be expected to affect i.e. statutory 21-day consultation periods, site visits, neighbour notifications, external consultee responses, and committee scheduling. Proposals will need to demonstrate understanding of the relevant parts of the planning process including administrative processes (e.g. policy research, citation generation, report generation) as well as analytical processes (e.g. material considerations identification, policy compliance assessment, planning balance evaluation, decision reasoning). Solutions should be designed to assist planning officers with the above processes and provide reasoned, verifiable recommendations for decisions. Solutions must be integrated with existing planning systems. As part of the Invitation to Tender (ITT) stage, bidders will be required to participate in a two-week demo build (unpaid) to each develop a working prototype which will be evaluated at \"Demo Day\". This will take the form of a presentation of the prototype, and this will be evaluated in accordance with the process and award criteria set out in the ITT. During the contract, the service recipients (i.e. those that will use the solution) may include: DSIT MHCLG Local Planning Authorities (317 LPAs) Planning Inspectorate Devolved Administrations Combined Authorities (mayoral authorities with planning powers) National Parks Authorities (separate planning authorities) Broads Authority (special planning authority) The procurement has been carried out by the Department for Science, Innovation and Technology for and on behalf of the Ministry of Housing, Communities and Local Government.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 10000000,
"amount": 8333333.33,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This procurement is a competitive flexible procedure under Section 20 of the Procurement Act 2023. The process has been specifically designed to be carried out on an accelerated basis, and consists of two stages. The two stages are set out below. How It Works: Stage 1: Participation & Selection Bidders will be issued with a PSQ including instructions and a set of questions which are to demonstrate bidders': - Compliance - Supply chain approach - Financial capacity - Legal capacity - Security and Data Protection compliance -Conflicts of Interest -Technical ability Responses to all questions will be evaluated against the evaluation criteria. The evaluation criteria are also provided within the PSQ document. A maximum of 5 bidders will be taken forward to Stage 2 (Invitation to Tender). If there are more than 5 bidders who pass the PSQ, bidders will be ranked in order of PSQ score (highest to lowest) and the five highest-scoring bidders will be short-listed, and admitted to Stage 2. In the event of a tie for 5th place, where two or more bidders, in addition to passing all pass/fail questions, have an identical score for those questions assigned a numerical score, the following ranking will be applied, wherein the first question will be used to select the 5th placed bidder from the tied bidders. If the scores for that question are also tied, the question ranked second will be used to select the 5th placed bidder, and so on: 1st Response : Frontier AI & Technical Capability Question (40% weighting) 2nd Response: Software Development & Integration Capability Questions (25% weighting) 3rd Response: Team Capability Question (20% weighting) 4th Response: Social Value Question (15% weighting) Stage 2: Invitation to Tender Stage 2 will commence after the issuing of letters inviting bidders that have been successfully shortlisted at Stage 1 to participate in Stage 2, which is the submission of final tenders. Final tenders must be submitted in accordance with the timetable and instructions set out in the Invitation to Tender document, which will be released shortly after publication of this Tender Notice. This stage will involve evaluating bidders based on a comprehensive assessment of both cost and non-cost factors. The evaluation criteria and weightings associated with the quality and price elements will be included in the Invitation to Tender document. As part of Stage 2, bidders will be required to complete a Demo Build, followed by a presentation (as set out above). The presentation will be evaluated in accordance with the criteria which will be set out in the ITT, along with the bidders' tender responses."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"submissionMethodDetails": "https://beisgroup.ukp.app.jaggaer.com/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-11-28T17:00:00+00:00",
"enquiryPeriod": {
"endDate": "2025-11-05T17:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-01-13T23:59:59+00:00"
},
"lots": [
{
"id": "1",
"status": "complete",
"value": {
"amountGross": 10000000,
"amount": 8333333.33,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Demo Build Presentation",
"description": "Bidders will be required to complete a Demo Build (a working prototype), followed by a live demonstration lasting 60 minutes. The presentation will be evaluated in accordance with the criteria which will be set out in the ITT.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Questionnaire",
"description": "This will comprise a set of Technical Questions based on the requirements in order to test various aspects of the bidders' approach. These will be evaluated in accordance with the scoring matrices set out in the ITT. Social Value Question will be associated in this this criteria.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "Bidders will be required to complete as part of their tender a Financial Response Template, which will be evaluated by the Authority in accordance with the process set out in the ITT. Costs will be required to be provided for: Alpha Phase Development Beta & Scale Phase Development (if proceed) Further Development & Implementation (Phasing Post Live) (costed option) Level 3 Support and Maintenance (Post Live) (costed option) Level 2 Support and Maintenance (Post Live) (costed option) Day Rates Full Award Criteria Details: To be set out in the ITT.",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Demo Build Presentation",
"description": "Bidders will be required to complete a Demo Build (a working prototype), followed by a live demonstration lasting 60 minutes. The presentation will be evaluated in accordance with the criteria which will be set out in the ITT.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Questionnaire",
"description": "This will comprise a set of Technical Questions based on the requirements in order to test various aspects of the bidders' approach. These will be evaluated in accordance with the scoring matrices set out in the ITT. Social Value Question will be associated in this this criteria.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "Bidders will be required to complete as part of their tender a Financial Response Template, which will be evaluated by the Authority in accordance with the process set out in the ITT. Costs will be required to be provided for: Alpha Phase Development Beta & Scale Phase Development (if proceed) Further Development & Implementation (Phasing Post Live) (costed option) Level 3 Support and Maintenance (Post Live) (costed option) Level 2 Support and Maintenance (Post Live) (costed option) Day Rates Full Award Criteria Details: To be set out in the ITT.",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Demo Build Presentation",
"description": "Bidders will be required to complete a Demo Build (a working prototype), followed by a live demonstration lasting 60 minutes. The presentation will be evaluated in accordance with the criteria which will be set out in the ITT.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Questionnaire",
"description": "This will comprise a set of Technical Questions based on the requirements in order to test various aspects of the bidders' approach. These will be evaluated in accordance with the scoring matrices set out in the ITT. Social Value Question will be associated in this this criteria.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "Bidders will be required to complete as part of their tender a Financial Response Template, which will be evaluated by the Authority in accordance with the process set out in the ITT. Costs will be required to be provided for: Alpha Phase Development Beta & Scale Phase Development (if proceed) Further Development & Implementation (Phasing Post Live) (costed option) Level 3 Support and Maintenance (Post Live) (costed option) Level 2 Support and Maintenance (Post Live) (costed option) Day Rates Full Award Criteria Details: To be set out in the ITT.",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Demo Build Presentation",
"description": "Bidders will be required to complete a Demo Build (a working prototype), followed by a live demonstration lasting 60 minutes. The presentation will be evaluated in accordance with the criteria which will be set out in the ITT.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Questionnaire",
"description": "This will comprise a set of Technical Questions based on the requirements in order to test various aspects of the bidders' approach. These will be evaluated in accordance with the scoring matrices set out in the ITT. Social Value Question will be associated in this this criteria.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "Bidders will be required to complete as part of their tender a Financial Response Template, which will be evaluated by the Authority in accordance with the process set out in the ITT. Costs will be required to be provided for: Alpha Phase Development Beta & Scale Phase Development (if proceed) Further Development & Implementation (Phasing Post Live) (costed option) Level 3 Support and Maintenance (Post Live) (costed option) Level 2 Support and Maintenance (Post Live) (costed option) Day Rates Full Award Criteria Details: To be set out in the ITT.",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Demo Build Presentation",
"description": "Bidders will be required to complete a Demo Build (a working prototype), followed by a live demonstration lasting 60 minutes. The presentation will be evaluated in accordance with the criteria which will be set out in the ITT.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Questionnaire",
"description": "This will comprise a set of Technical Questions based on the requirements in order to test various aspects of the bidders' approach. These will be evaluated in accordance with the scoring matrices set out in the ITT. Social Value Question will be associated in this this criteria.",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "Bidders will be required to complete as part of their tender a Financial Response Template, which will be evaluated by the Authority in accordance with the process set out in the ITT. Costs will be required to be provided for: Alpha Phase Development Beta & Scale Phase Development (if proceed) Further Development & Implementation (Phasing Post Live) (costed option) Level 3 Support and Maintenance (Post Live) (costed option) Level 2 Support and Maintenance (Post Live) (costed option) Day Rates Full Award Criteria Details: To be set out in the ITT.",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 5
},
"selectionCriteria": {
"criteria": [
{
"description": "A maximum of 5 bidders will be taken forward to Stage 2 (Invitation to Tender). If there are more than 5 bidders who pass the PSQ, bidders will be ranked in order of PSQ score (highest to lowest) and the five highest-scoring bidders will be short-listed, and admitted to Stage 2. In the event of a tie for 5th place, where two or more bidders, in addition to passing all pass/fail questions, have an identical score for those questions assigned a numerical score, the following ranking will be applied, wherein the first question will be used to select the 5th placed bidder from the tied bidders. If the scores for that question are also tied, the question ranked second will be used to select the 5th placed bidder, and so on: 1st Response : Frontier AI & Technical Capability Question (40% weighting) 2nd Response: Software Development & Integration Capability Questions (25% weighting) 3rd Response: Team Capability Question (20% weighting) 4th Response: Social Value Question (15% weighting)",
"forReduction": true
},
{
"description": "A maximum of 5 bidders will be taken forward to Stage 2 (Invitation to Tender). If there are more than 5 bidders who pass the PSQ, bidders will be ranked in order of PSQ score (highest to lowest) and the five highest-scoring bidders will be short-listed, and admitted to Stage 2. In the event of a tie for 5th place, where two or more bidders, in addition to passing all pass/fail questions, have an identical score for those questions assigned a numerical score, the following ranking will be applied, wherein the first question will be used to select the 5th placed bidder from the tied bidders. If the scores for that question are also tied, the question ranked second will be used to select the 5th placed bidder, and so on: 1st Response : Frontier AI & Technical Capability Question (40% weighting) 2nd Response: Software Development & Integration Capability Questions (25% weighting) 3rd Response: Team Capability Question (20% weighting) 4th Response: Social Value Question (15% weighting)",
"forReduction": true
},
{
"description": "A maximum of 5 bidders will be taken forward to Stage 2 (Invitation to Tender). If there are more than 5 bidders who pass the PSQ, bidders will be ranked in order of PSQ score (highest to lowest) and the five highest-scoring bidders will be short-listed, and admitted to Stage 2. In the event of a tie for 5th place, where two or more bidders, in addition to passing all pass/fail questions, have an identical score for those questions assigned a numerical score, the following ranking will be applied, wherein the first question will be used to select the 5th placed bidder from the tied bidders. If the scores for that question are also tied, the question ranked second will be used to select the 5th placed bidder, and so on: 1st Response : Frontier AI & Technical Capability Question (40% weighting) 2nd Response: Software Development & Integration Capability Questions (25% weighting) 3rd Response: Team Capability Question (20% weighting) 4th Response: Social Value Question (15% weighting)",
"forReduction": true
},
{
"description": "A maximum of 5 bidders will be taken forward to Stage 2 (Invitation to Tender). If there are more than 5 bidders who pass the PSQ, bidders will be ranked in order of PSQ score (highest to lowest) and the five highest-scoring bidders will be short-listed, and admitted to Stage 2. In the event of a tie for 5th place, where two or more bidders, in addition to passing all pass/fail questions, have an identical score for those questions assigned a numerical score, the following ranking will be applied, wherein the first question will be used to select the 5th placed bidder from the tied bidders. If the scores for that question are also tied, the question ranked second will be used to select the 5th placed bidder, and so on: 1st Response : Frontier AI & Technical Capability Question (40% weighting) 2nd Response: Software Development & Integration Capability Questions (25% weighting) 3rd Response: Team Capability Question (20% weighting) 4th Response: Social Value Question (15% weighting)",
"forReduction": true
},
{
"description": "A maximum of 5 bidders will be taken forward to Stage 2 (Invitation to Tender). If there are more than 5 bidders who pass the PSQ, bidders will be ranked in order of PSQ score (highest to lowest) and the five highest-scoring bidders will be short-listed, and admitted to Stage 2. In the event of a tie for 5th place, where two or more bidders, in addition to passing all pass/fail questions, have an identical score for those questions assigned a numerical score, the following ranking will be applied, wherein the first question will be used to select the 5th placed bidder from the tied bidders. If the scores for that question are also tied, the question ranked second will be used to select the 5th placed bidder, and so on: 1st Response : Frontier AI & Technical Capability Question (40% weighting) 2nd Response: Software Development & Integration Capability Questions (25% weighting) 3rd Response: Team Capability Question (20% weighting) 4th Response: Social Value Question (15% weighting)",
"forReduction": true
}
]
},
"contractPeriod": {
"startDate": "2026-01-22T00:00:00+00:00",
"endDate": "2028-05-22T23:59:59+01:00",
"maxExtentDate": "2029-05-22T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Alpha Phase (Pilot) Duration: Estimated 3 months from contract signature Beta & Scale Phase Duration (if activated): Estimated 12 months following successful Alpha Phase completion Support & Grow Phase Duration: Estimated 12 months following Beta & Scale Phase Optional Extension: Estimated 12 months following initial Support & Grow Phase Total Potential Duration: Up to 39 months (including all phases)"
},
"hasOptions": true,
"options": {
"description": "Beta Phase & Scale Phase activation is at the Authority's sole discretion, depending on success of minimum viable product. Support & Grow Phase at Authority's sole discretion, dependent on the success of Beta Phase Extension to Support, Maintenance & Grow Phase at Authority's sole discretion No automatic renewal provisions"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "PSQ submissions will be open on Jagger from 27th October 2025, this will include templates to provide responses to the questions in the PSQ."
},
{
"id": "068741-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/068741-2025",
"datePublished": "2025-10-27T17:59:39Z",
"format": "text/html"
},
{
"id": "A-6702",
"documentType": "biddingDocuments",
"description": "Procurement Specific Questionnaire for AI-Augmented Planning Decisions Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-6702",
"format": "application/pdf"
},
{
"id": "068743-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/068743-2025",
"datePublished": "2025-10-27T18:13:52Z",
"format": "text/html"
},
{
"id": "A-6703",
"documentType": "biddingDocuments",
"description": "Procurement Specific Questionnaire for AI-Augmented Planning Decisions Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-6703",
"format": "application/pdf"
},
{
"id": "068747-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/068747-2025",
"datePublished": "2025-10-27T19:05:19Z",
"format": "text/html"
},
{
"id": "076062-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/076062-2025",
"datePublished": "2025-11-21T14:03:23Z",
"format": "text/html"
},
{
"id": "A-8355",
"documentType": "biddingDocuments",
"description": "Procurement Specific Questionnaire for AI-Augmented Planning Decisions Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-8355",
"format": "application/pdf"
},
{
"id": "076775-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/076775-2025",
"datePublished": "2025-11-25T11:13:32Z",
"format": "text/html"
}
]
},
"language": "en",
"bids": {
"details": [
{
"id": "1",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-00688424",
"name": "AtkinsRealis UK Limited"
}
],
"relatedLots": [
"1"
]
},
{
"id": "2",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-07195160",
"name": "Cognizant Worldwide Limited"
}
],
"relatedLots": [
"1"
]
},
{
"id": "3",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-03919935",
"name": "Endava (UK) Limited"
}
],
"relatedLots": [
"1"
]
},
{
"id": "4",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-00414220",
"name": "PA CONSULTING SERVICES LIMITED"
}
],
"relatedLots": [
"1"
]
},
{
"id": "5",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-03977902",
"name": "Google Cloud EMEA 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": 0,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"status": "pending",
"date": "2026-02-05T00:00:00+00:00",
"value": {
"amountGross": 8287815.6,
"amount": 6906513,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-03977902",
"name": "Google Cloud EMEA Limited"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2026-02-16T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-02-17T00:00:00+00:00",
"endDate": "2028-05-17T23:59:59+01:00",
"maxExtentDate": "2029-05-17T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "12 months following initial Support and Grow Phase"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "010741-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/010741-2026",
"datePublished": "2026-02-05T22:06:27Z",
"format": "text/html"
},
{
"id": "010994-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/010994-2026",
"datePublished": "2026-02-06T14:18:26Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-02-05T00:00:00+00:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-02-17T23:59:59+00:00",
"status": "scheduled"
}
],
"title": "MHCLG Augmented Planning Decisions",
"subcontracting": {
"subcontracts": [
{
"id": "1",
"mainContractors": [
{
"id": "GB-COH-03977902",
"name": "Google Cloud EMEA Limited"
}
],
"description": "DEEPMIND TECHNOLOGIES LIMITED 073863505 New Street Square, London, EC4A 3TW FACULTY SCIENCE LIMITED 08873131 Level 5 160 Old Street, London, England, EC1V 9BW"
}
]
},
"amendments": [
{
"id": "010994-2026",
"description": "Under Scope added reiteration: \"The procurement has been carried out by the Department for Science, Innovation and Technology for and on behalf of the Ministry of Housing, Communities and Local Government.\" Added connected people/organisations and associated people/organisations. Added the proposed contract title \"MHCLG Augmented Planning Decisions\" to the Contract section."
}
]
}
]
}