Notice Information
Notice Title
CyberFirst International
Notice Description
The Department for Science, Innovation and Technology (DSIT) invites expressions of interest from organisations interested in delivering the CyberFirst International Programme. This process is designed to identify delivery partners who can uphold the quality, integrity, and impact of CyberFirst in new international contexts. Successful applicants will be granted a non-exclusive licence to use the CyberFirst trademark and associated branding, subject to formal approval and adherence to brand guidelines. In addition, successful applicants will be expected to sign an agreement with DSIT on the programme. These agreements are anticipated to run for a minimum duration of 12 months. DSIT will also provide access to approved curriculum materials, delivery frameworks, and promotional assets to support implementation. Partners will be expected to demonstrate a strong track record of delivering CyberFirst content in the UK, robust governance and safeguarding procedures, and evidence of in-country delivery capability or partnerships. Alongside the programme requirements, proposals should show how 10% of revenue generated through international CyberFirst activities could be allocated to support the TechFirst programme domestically and in particular regional delivery partners . Prospective delivery partners will not receive government funding for pilot activities. Instead, they must source their own funds and build connections to access other in-country funding routes. Based on DSIT's initial Request for Information in April 2025, this exercise will be for the following countries to deliver CyberFirst internationally: * Kingdom of Saudi Arabia * Japan * Canada All proposed solutions must align with UK government priorities and will be subject to the appropriate approvals from the Foreign, Commonwealth and Development Office (FCDO) and National Cyber Security Centre (NCSC). Please advise if you are interested in submitting a proposal by following the instructions provided in the PA23 Registration section below.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05e5b4
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/080876-2025
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- UK3 - Planned Procurement Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Below threshold - open competition
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72590000 - Computer-related professional services
Notice Value(s)
- Tender Value
- £1
- Lots Value
- £1
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Dec 20252 months ago
- Submission Deadline
- 26 Jan 2026Expired
- Future Notice Date
- 22 Jan 2026Expired
- Award Date
- Not specified
- Contract Period
- 24 Mar 2026 - 31 Mar 2027 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT FOR SCIENCE, INNOVATION & TECHNOLOGY
- Contact Name
- Not specified
- Contact Email
- dsit.dttgcbp@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/080876-2025
9th December 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/078729-2025
2nd December 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/075926-2025
21st November 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/075763-2025
20th November 2025 - Planned procurement notice on Find a 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-05e5b4-2025-12-09T08:50:36Z",
"date": "2025-12-09T08:50:36Z",
"ocid": "ocds-h6vhtk-05e5b4",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "075763-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/075763-2025",
"datePublished": "2025-11-20T15:13:36Z",
"format": "text/html"
},
{
"id": "075926-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/075926-2025",
"datePublished": "2025-11-21T10:48:44Z",
"format": "text/html"
},
{
"id": "078729-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/078729-2025",
"datePublished": "2025-12-02T09:30:12Z",
"format": "text/html"
},
{
"id": "080876-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/080876-2025",
"datePublished": "2025-12-09T08:50:36Z",
"format": "text/html"
}
]
},
"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": "dsit.dttgcbp@dsit.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PVWZ-3216-PVQL",
"name": "Department for Science, Innovation & Technology"
},
"tender": {
"id": "https://beisgroup.ukp.app.jaggaer.com/go/81385825019AA6063338",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "CyberFirst International",
"description": "The Department for Science, Innovation and Technology (DSIT) invites expressions of interest from organisations interested in delivering the CyberFirst International Programme. This process is designed to identify delivery partners who can uphold the quality, integrity, and impact of CyberFirst in new international contexts. Successful applicants will be granted a non-exclusive licence to use the CyberFirst trademark and associated branding, subject to formal approval and adherence to brand guidelines. In addition, successful applicants will be expected to sign an agreement with DSIT on the programme. These agreements are anticipated to run for a minimum duration of 12 months. DSIT will also provide access to approved curriculum materials, delivery frameworks, and promotional assets to support implementation. Partners will be expected to demonstrate a strong track record of delivering CyberFirst content in the UK, robust governance and safeguarding procedures, and evidence of in-country delivery capability or partnerships. Alongside the programme requirements, proposals should show how 10% of revenue generated through international CyberFirst activities could be allocated to support the TechFirst programme domestically and in particular regional delivery partners . Prospective delivery partners will not receive government funding for pilot activities. Instead, they must source their own funds and build connections to access other in-country funding routes. Based on DSIT's initial Request for Information in April 2025, this exercise will be for the following countries to deliver CyberFirst internationally: * Kingdom of Saudi Arabia * Japan * Canada All proposed solutions must align with UK government priorities and will be subject to the appropriate approvals from the Foreign, Commonwealth and Development Office (FCDO) and National Cyber Security Centre (NCSC). Please advise if you are interested in submitting a proposal by following the instructions provided in the PA23 Registration section below.",
"status": "planned",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72590000",
"description": "Computer-related professional services"
}
],
"deliveryAddresses": [
{
"region": "CA",
"country": "CA",
"countryName": "Canada"
},
{
"region": "JP",
"country": "JP",
"countryName": "Japan"
},
{
"region": "SA",
"country": "SA",
"countryName": "Saudi Arabia"
},
{
"region": "CA",
"country": "CA",
"countryName": "Canada"
},
{
"region": "JP",
"country": "JP",
"countryName": "Japan"
},
{
"region": "SA",
"country": "SA",
"countryName": "Saudi Arabia"
},
{
"region": "CA",
"country": "CA",
"countryName": "Canada"
},
{
"region": "JP",
"country": "JP",
"countryName": "Japan"
},
{
"region": "SA",
"country": "SA",
"countryName": "Saudi Arabia"
},
{
"region": "CA",
"country": "CA",
"countryName": "Canada"
},
{
"region": "JP",
"country": "JP",
"countryName": "Japan"
},
{
"region": "SA",
"country": "SA",
"countryName": "Saudi Arabia"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 1,
"amount": 1,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Below threshold - open competition",
"mainProcurementCategory": "services",
"aboveThreshold": false,
"tenderPeriod": {
"endDate": "2026-01-26T23:59:00+00:00"
},
"lots": [
{
"id": "1",
"status": "planned",
"value": {
"amountGross": 1,
"amount": 1,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2026-03-24T00:00:00+00:00",
"endDate": "2027-03-31T23:59:59+01:00"
}
}
],
"communication": {
"futureNoticeDate": "2026-01-22T23:59:59+00:00"
},
"amendments": [
{
"id": "075926-2025",
"description": "https://beisgroup.ukp.app.jaggaer.com/go/81385825019AA6063338"
},
{
"id": "078729-2025",
"description": "https://beisgroup.ukp.app.jaggaer.com/go/43074298019ADE6474DA"
},
{
"id": "080876-2025",
"description": "https://beisgroup.ukp.app.jaggaer.com/go/43074298019ADE6474DA Confirmation the closing date is 6th January 2026"
}
]
},
"language": "en"
}