Notice Information
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)
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/043015-2026
11th May 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/043008-2026
11th May 2026 - 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-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"
}