Tender

Theory Test Services - TTAP

DRIVER AND VEHICLE STANDARDS AGENCY

This public procurement record has 2 releases in its history.

TenderUpdate

11 May 2026 at 12:51

Tender

11 May 2026 at 12:46

Summary of the contracting process

The Driver and Vehicle Standards Agency (DVSA) is overseeing a competitive procurement process for "Theory Test Services - TTAP," focused on enhancing digital delivery for theory tests across the United Kingdom. This process involves a selective procurement method termed "Competitive Flexible Procedure," suitable for delivering software-related and IT services. The procurement is at the tender stage, with key dates including the Supplier Engagement Event on 19 May 2026, the PSQ Submission Deadline on 12 June 2026, and initial tender submissions required by 18 September 2026. The contract, slated to commence on 6 September 2028 and conclude on 5 September 2035, includes options for two subsequent one-year extensions, potentially extending its term to 2037. The services encompass a wide range of IT and e-learning practices, centred in Bristol, but applicable nationwide, with an estimated contract value of GBP 115.6 million.

This tender presents substantial opportunities for businesses to engage in long-term partnerships with a central government body. Companies specialising in software development, e-learning platforms, and IT consultancy are particularly well-positioned to benefit. The service involves innovative enhancements such as cloud computing and remote testing solutions, presenting significant growth potential in these areas. SME and VCSE enterprises are encouraged to apply, with the contract design allowing for flexibility and innovation through a well-defined change control procedure. Businesses looking to enhance their market presence in digital assessment solutions will find this tender particularly fitting, as it supports both the national Test Centre Network and In-House Theory Test Centres, spanning a diverse array of potential enhancements and additions to testing services.

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

Notice Title

Theory Test Services - TTAP

Notice Description

The Theory Test Assessment Platform (TTAP) underpins the digital delivery of DVSA's Theory Test Service and includes a Content Management System (CMS) for creating and maintaining the theory test question bank (with version control and secure configuration of question packs). It provides an assessment platform managing the end-to-end test lifecycle: ingesting booking data and securely transmitting it to test centres; delivering the correct test to candidates; and forwarding results to DVSA's CRM. The platform produces detailed candidate interaction data for reporting, performance analysis, and fraud detection, and includes regular security updates and operational management. The service includes continuous improvement and innovation in collaboration with DVSA and supports both the national Test Centre Network (TCN) and In-House Theory Test Centres (IHTTCs). Additional Services: The Authority has identified several potential future developments that may be explored during the lifetime of the Contract. These Additional Services fall within the overall scope of the procurement and may, where required, be implemented through the Contract's Change Control Procedure. The Authority is clearly signalling these areas to the market as part of this notice. The Additional Services are: * Exploring remote testing/proctoring technology in the delivery of the Service. * Exploring the use of end-to-end cloud architecture in the delivery of the Service. * Adding other Authority or Department for Transport tests into Service delivery. * Adding wider government tests into Service delivery. * Enabling validation of Digital Driving Licences. * Enhanced identification checking. Key Dates Publication date: Monday 11 May 2026 Supplier Engagement Event: Tuesday 19 May 2026 https://events.teams.microsoft.com/event/5321459f-f7ca-4120-adb6-eaa594fa3659@a455b827-244f-4c97-b5b4-ce5d13b4d00c PSQ Clarification Deadline: 5PM on Wednesday 3 June 2026 PSQ SUBMISSION DEADLINE: 12 Noon on Friday 12 June 2026 Suppliers notified of PSQ outcome: Friday 24 July 2026 Invitation to Participate in Dialogue (ItPD) formally issued to Suppliers shortlisted through PSQ: Monday 27 July 2026 Supplier Engagement Event: Wednesday 5 August 2026 (in person in Nottingham) Initial individual supplier dialogue: Thursday 13 - Friday 14 August 2026 INITIAL TENDER SUBMISSION DEADLINE: NOON FRIDAY 18 SEPTEMBER 2026 Supplier dialogue: Monday 28 September - Friday 11 December 2026 Invitation to Submit Final Tenders (ISFT) formally issued to Suppliers: Monday 18 January 2027 FINAL TENDER SUBMISSION DEADLINE: NOON FRIDAY 19 FEBRUARY 2027 Expected award: Monday 2 August 2027 Service Implementation Period Monday 2 August 2027 - Tuesday 5 September 2028 Operational Commencement Date: Wednesday 6 September 2028 Contract end: 5 September 2035 Extension options: +1 year +1 year (potential maximum term 9 years) Please Note: A previous UK2 Market Engagement Notice was published in relation to this opportunity. Please see reference: ocds-h6vhtk-04efa6

Lot Information

Lot 1

Options: +1+1

Renewal: 2 x 1-year extensions (potential maximum term 9 years to 5 September 2037)

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0695bc
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/043015-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support

80 - Education and training services


CPV Codes

48517000 - IT software package

72260000 - Software-related services

72265000 - Software configuration services

72820000 - Computer testing services

80420000 - E-learning services

Notice Value(s)

Tender Value
£115,600,000 £100M-£1B
Lots Value
£115,600,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
11 May 20263 days ago
Submission Deadline
3 Jun 20263 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
5 Sep 2028 - 5 Sep 2035 Over 5 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
DRIVER AND VEHICLE STANDARDS AGENCY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BRISTOL
Postcode
BS5 0DA
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK5 West of England
Small Region (ITL 3)
TLK51 Bristol, City of
Delivery Location
Not specified

Local Authority
Bristol, City of
Electoral Ward
Lawrence Hill
Westminster Constituency
Bristol East

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-0695bc-2026-05-11T13:51:46+01:00",
    "date": "2026-05-11T13:51:46+01:00",
    "ocid": "ocds-h6vhtk-0695bc",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PTMM-2614-YJDV",
            "name": "Driver and Vehicle Standards Agency",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PTMM-2614-YJDV"
            },
            "address": {
                "streetAddress": "Berkeley House, Croydon Street",
                "locality": "Bristol",
                "postalCode": "BS5 0DA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK11"
            },
            "contactPoint": {
                "email": "commercialenquiries@dvsa.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PTMM-2614-YJDV",
        "name": "Driver and Vehicle Standards Agency"
    },
    "tender": {
        "id": "T280022999",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Theory Test Services - TTAP",
        "description": "The Theory Test Assessment Platform (TTAP) underpins the digital delivery of DVSA's Theory Test Service and includes a Content Management System (CMS) for creating and maintaining the theory test question bank (with version control and secure configuration of question packs). It provides an assessment platform managing the end-to-end test lifecycle: ingesting booking data and securely transmitting it to test centres; delivering the correct test to candidates; and forwarding results to DVSA's CRM. The platform produces detailed candidate interaction data for reporting, performance analysis, and fraud detection, and includes regular security updates and operational management. The service includes continuous improvement and innovation in collaboration with DVSA and supports both the national Test Centre Network (TCN) and In-House Theory Test Centres (IHTTCs). Additional Services: The Authority has identified several potential future developments that may be explored during the lifetime of the Contract. These Additional Services fall within the overall scope of the procurement and may, where required, be implemented through the Contract's Change Control Procedure. The Authority is clearly signalling these areas to the market as part of this notice. The Additional Services are: * Exploring remote testing/proctoring technology in the delivery of the Service. * Exploring the use of end-to-end cloud architecture in the delivery of the Service. * Adding other Authority or Department for Transport tests into Service delivery. * Adding wider government tests into Service delivery. * Enabling validation of Digital Driving Licences. * Enhanced identification checking. Key Dates Publication date: Monday 11 May 2026 Supplier Engagement Event: Tuesday 19 May 2026 https://events.teams.microsoft.com/event/5321459f-f7ca-4120-adb6-eaa594fa3659@a455b827-244f-4c97-b5b4-ce5d13b4d00c PSQ Clarification Deadline: 5PM on Wednesday 3 June 2026 PSQ SUBMISSION DEADLINE: 12 Noon on Friday 12 June 2026 Suppliers notified of PSQ outcome: Friday 24 July 2026 Invitation to Participate in Dialogue (ItPD) formally issued to Suppliers shortlisted through PSQ: Monday 27 July 2026 Supplier Engagement Event: Wednesday 5 August 2026 (in person in Nottingham) Initial individual supplier dialogue: Thursday 13 - Friday 14 August 2026 INITIAL TENDER SUBMISSION DEADLINE: NOON FRIDAY 18 SEPTEMBER 2026 Supplier dialogue: Monday 28 September - Friday 11 December 2026 Invitation to Submit Final Tenders (ISFT) formally issued to Suppliers: Monday 18 January 2027 FINAL TENDER SUBMISSION DEADLINE: NOON FRIDAY 19 FEBRUARY 2027 Expected award: Monday 2 August 2027 Service Implementation Period Monday 2 August 2027 - Tuesday 5 September 2028 Operational Commencement Date: Wednesday 6 September 2028 Contract end: 5 September 2035 Extension options: +1 year +1 year (potential maximum term 9 years) Please Note: A previous UK2 Market Engagement Notice was published in relation to this opportunity. Please see reference: ocds-h6vhtk-04efa6",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80420000",
                        "description": "E-learning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72265000",
                        "description": "Software configuration services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48517000",
                        "description": "IT software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72820000",
                        "description": "Computer testing services"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 115600000,
            "amount": 115600000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Full description of the Competitive Flexible Procedure is included in ITT documentation."
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "https://dft.app.jaggaer.com/go/48962527019E025AE70D",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-06-12T12:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2026-06-03T23:59:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2027-08-02T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 115600000,
                    "amount": 115600000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Price per Quality Point (PQP)",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Most Advantageous Tender (MAT)",
                            "description": "Price is not the only award criterion, and all criteria are stated only in the procurement documents. Price per Quality Point (PQP) will be used in the evaluation."
                        },
                        {
                            "type": "quality",
                            "name": "Most Advantageous Tender (MAT)",
                            "description": "Quality is not the only award criterion, and all criteria are stated only in the procurement documents. Price per Quality Point (PQP) will be used in the evaluation."
                        },
                        {
                            "type": "price",
                            "name": "Most Advantageous Tender (MAT)",
                            "description": "Price is not the only award criterion, and all criteria are stated only in the procurement documents. Price per Quality Point (PQP) will be used in the evaluation."
                        },
                        {
                            "type": "quality",
                            "name": "Most Advantageous Tender (MAT)",
                            "description": "Quality is not the only award criterion, and all criteria are stated only in the procurement documents. Price per Quality Point (PQP) will be used in the evaluation."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2028-09-06T00:00:00+01:00",
                    "endDate": "2035-09-05T23:59:59+01:00",
                    "maxExtentDate": "2037-09-05T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x 1-year extensions (potential maximum term 9 years to 5 September 2037)"
                },
                "hasOptions": true,
                "options": {
                    "description": "+1+1"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "043008-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/043008-2026",
                "datePublished": "2026-05-11T13:46:12+01:00",
                "format": "text/html"
            },
            {
                "id": "043015-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/043015-2026",
                "datePublished": "2026-05-11T13:51:46+01:00",
                "format": "text/html"
            }
        ],
        "lotDetails": {
            "noLotsDivisionRationale": "Through delivery model assessment process and market engagement activities, it was determined sub-optimal."
        }
    },
    "language": "en"
}