Loading page content…
Loading page content…
Loading contract search results…
5 live procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
Following the successful delivery of the Rendezvous and Proximity Operations (RPO) regulatory sandbox, the Government intends to invest up to £7 million in further regulatory sandboxes and innovative regulatory tools, focusing on high-growth areas and complex mission types. As part of this programme, we are intending to develop a regulatory sandbox focused on re-entry activities in financial year 2026/27.
£416,667
Contract value
SOURCING PROCEDURE: The AI Tutoring Tools Pioneer Programme contracts (a maximum of eight (8) identical contracts) will be awarded under a Procurement Act 2023 Section 3) (6) and Schedule 2, Part 2, paragraph 22, 2) (b), (c) subject-matter exemption for research and development services. The contracts to be awarded are exempt contracts and for that reason the procurement is not subject to the Procurement Act 2023. The outputs of the proposed contracts are intended for the benefit of the public and do not include the provision of AI Tutoring Tools. The latter would be procured via other sourcing procedures separate from this Pioneers Programme procurement. These contracts answer the need for research and development of a high-quality standard for AI Tutoring Tools. Although there is a wide range of Tutoring Tools available on the market, there is no established offer that meets the complete specification to a high-quality standard, encompassing all the necessary elements of an exceptional AI Tutoring Tool. Elements being for instance the digital curriculum (to be published) and multiple sources of data which require review. AI driven Tutoring Tools currently on the market are limited in quantity, scope and evidence base with few providing full tutoring capacity and with limited public access to the research and development that underpins them. The proposed contracts seek to research and co-design a high-quality, all-encompassing standard for AI Tutoring Tools and to initiate the development of innovative, effective and safe AI Tutoring Tools to that high-quality, all-encompassing standard thereby being the most transformative for educational outcomes. The aim of the Programme is to research, trial, develop and enable the future scalability and commercialisation of AI Tutoring Tools of the highest calibre which, alongside teachers, will improve the academic attainment of pupils across England, particularly the most disadvantaged. INSTRUCTIONS TO PARTICIPATE: This informal procurement process, which includes a pre-qualification and technical capability moderated evaluation, is carried upon invitation to selected suppliers, however if a supplier believes they meet the pre-qualification criteria detailed in this notice, they may express interest in participating via the eProcurement platform (Jaggaer) “AI Tutoring Tools Reading Room – DfE Content Store” by the 1st of May 2026 via link below: https://beisgroup.ukp.app.jaggaer.com/esop/toolkit/opportunity/current/list.si?resetstored=true On the 1st of May 026, all suppliers invited and which have expressed interest in participating will receive a link to access the pre-qualification and technical capability questionnaire on the eProcurement platform (Jaggaer) “AI Tutoring Tools Pioneer Programme – Subject-Matter Exemption - Research and Development” project. PRE-QUALIFICATION CRITERIA: This is an ambitious programme of work for which I.AI are looking for exceptional suppliers across EdTech and AI development, who have a proven track record of building high-calibre products and delivering them at scale (see below the note on products capability). Suppliers wishing to participate in this Pioneers Programme informal procurement process must meet the following pre-qualification conditions on:1) AI and/or EdTech expertise and scale; and 2) Existing product expertise. The pre-qualification assessment will require that suppliers participating in this informal procurement (alone or together with any consortium they may choose to form), apply in partnership with three to four partner schools in England, with above-average rates of disadvantage (25.7% FSM). To ensure that suppliers are best placed to develop truly innovative AI Tutoring Tools, DSIT/I.AI are looking for suppliers (or consortia) that combine AI innovation with strong Edtech experience and the ability to deliver successful products at scale in England. This proven scalability experience requirement is vital to inform and assist the research and development of a common standard that enables by default the scalability-readiness sought. Suppliers / consortia should either: 1. Have exceptional expertise delivering Edtech products at scale in England, and have access to (internally, or via a partnership or subcontracting) strong expertise for AI development; or 2. Have exceptional expertise delivering innovative AI products at scale, and have access to (internally, or via partnership) strong expertise for delivering Edtech within England. While scale must be evidenced for one of these capabilities, it is not a requirement for the other. We welcome proposals that include SMEs and more bespoke, smaller scale product experience, where they demonstrate the expertise needed. In addition to the above, you must be able to demonstrate strong expertise for the other capability (EdTech / AI). Where not covered by your ‘exceptional’ capability, this must include: • Experience delivering in schools in England • Strong pedagogical expertise, consistent with pedagogical approaches in England • Experience delivering products with substantive generative AI components at scale To be considered as ‘exceptional expertise’, suppliers / consortia should: · Demonstrate significant scale as an AI lab, or be an Edtech company with significant scale in secondary schools in England. · Have deep in-house expertise and talent required to lead cutting-edge, sector wide innovation. · Have a track record of delivering high quality products. Applications must include 3-4 partner schools that suppliers will work with for co-design activity. These school and multi-academy trust (MAT) partners must meet the following criteria: * Must be state-funded schools based in England * Have a minimum of 500 students across their Year 9 & Year 10 cohorts (total across all partner schools) * At least three partner schools must have above the national average (25.7%) of students that qualify for FSM * Must have an adequate Ofsted rating: ** If last inspected by Ofsted under the previous arrangement before September 2024, partner schools must have a single headline grade of Good or Outstanding ** If last inspected by Ofsted under the previous arrangement between September 2024 and November 2025, partner schools must be graded Good or Outstanding for the Leadership and Management sub-judgment ** If inspected by Ofsted under the new arrangements from November 2025, partner schools must be graded as expected standard or higher for Leadership and Governance * Must not be in a ‘category of concern’ * Must not be part of an academy trust that is subject to a notice to improve * Must have no unresolved safeguarding or compliance issues that the DfE is involved with. * A maximum of one partner school may be selective. Schools must confirm their eligibility status as part of the application. From September 2026, suppliers may be partnered with additional schools (supported by DfE) or participate in wider activity with additional schools to explore the use of their tools across wider contexts, which will include schools in areas of higher deprivation and/or schools with lower technology maturity on an ‘as needed’ basis. While there is no requirement on regional diversity for individual applications, we will be looking to ensure regional diversity across the portfolio of grants made. NOTE ON PRODUCTS CAPABILITY: Through this programme, suppliers will be rapidly iterating on existing products, to test opportunities for advanced functionality and curriculum integration. DSIT/I.AI will therefore be working with suppliers that already have a relevant base product at a good level of maturity. This product must be deployed in a relevant environment (e.g., a school or tutoring context, with secondary school age pupils), not just in a laboratory or test environment. Examples of eligible products include (but are not limited to): • An AI feedback tool that analyses pupil work and provides formative feedback, already piloted with pupils or teachers • A chatbot that can answer curriculum-aligned questions and has been used by pupils for tutoring support • A question-generation engine that produces curriculum-aligned practice questions, validated through use in a school or tutoring setting • Adaptive tutoring systems • A system for tracking and synthesising student progress • Curriculum-aligned pupil-facing edtech tools NOTE ON INFORMATION TO THE WIDER MARKET AND INTELLECTUAL PROPERTY: The high-quality, all-encompassing standard co-designed during these contracts and the information shared by the participants (including the schools) with the Pioneer Programme suppliers, will be owned by DSIT/I.AI and will be shared with the wider market via a dedicated Pioneers Programme Reading Room. More information on how to request access to this Reading Room is below. The foreground intellectual property (IP) created for the purposes of any possible prototype AI Tutoring Tool will be the property of the individual Pioneer Programme suppliers, and will not be widely shared. Early market engagement notice (UK2): https://www.find-tender.service.gov.uk/Notice/015370-2026?origin=SearchResults&p=1
£2,400,000
Contract value
We want to build government procurement into our offer to support AI startups. By acting as an early customer, government can help to validate novel AI capabilities and de-risk investment for the wider market. We know the difference government contracts can make for startups by providing revenue, credibility, and leveraging private investment. The benefits for applicants could include: Government contracts to develop prototype AI capabilities, providing revenue and validation. The opportunity to establish close relationships with government departments and understanding of market demand (such as MOD, DHSC, DSIT, NCSC and others). We want to design our procurement in a way that supports high-potential AI startups that are developing sovereign AI capabilities. If you are developing something which aligns with our Sovereign AI Focus Areas below, then we want to hear from you. The information gathered will help to design the scheme and ensure it works well for companies. We are considering a competitive scheme where companies can apply to win government contracts to develop sovereign AI capabilities and address public-interest challenges. We are considering awarding contracts up to £5 million per project, with a duration of 12 to 24 months, flexible depending on the scope of the project. To be eligible, projects would have to align with one of the five Sovereign AI focus areas. There will also be further challenges set by government departments to develop specific capabilities which address government priorities in areas such as (but not limited to): advancing scientific discovery, health and social care, national security and defence, cybersecurity, transport, energy & net zero, public service delivery. The output of the contracts will be a demonstrator stage AI capability which proves proof-of-concept (not a final commercial solution), with a clear route to commercialisation with public or private sector customers. Companies would retain ownership of all background IP and foreground IP created during the project. Companies are free to exploit the IP commercially or sell it to other customers. HMG would retain usage rights to the foreground IP developed during the project. This is to ensure adherence to procurement law and knowledge retention. Government is not intended to capture any economic value from the IP. This is a time limited market engagement exercise: please submit your response by 16th May 2026.
£80,000,000
Contract value
The final date and time for the submission of bids is Monday 18th May 2026 @ 11:0am DO NOT apply directly to the buyer. All tender information MUST be submitted through the Jaggaer eSourcing Portal. Overview The European Centre for Medium-Range Weather Forecasts (ECMWF) is an intergovernmental research institute with its headquarters in Shinfield (UK), and sites in Bonn (Germany) and Bologna (Italy), and contributes to major European programmes including Copernicus (the Earth observation component of the European Union's Space Programme) and Horizon Europe (EU's flagship research and innovation programme). The Department for Science, Innovation and Technology are funding and constructing a new net zero headquarters for ECMWF at the University of Reading's Whiteknights campus, with construction expected to complete between December 2026 and March 2027. As part of the project’s objectives, the building will need to meet the UK Net Zero Carbon Buildings Standard. To ensure this objective is met, DSIT are undertaking a procurement exercise to secure a supplier to support carbon offsetting objectives for the embodied carbon of the newly constructed headquarters. Key requirements for this procurement: • DSIT are looking to offset approximately 5165 tonnes of carbon (or equivalent green house gasses), as a one-off procurement via a broker to balance out embodied emissions as a result of the construction. • The allocated budget for this procurement is up to £2,500,000 inc VAT where applicable. How to Apply UK Shared Business Services Ltd (UK SBS) will be using the Jaggaer eSourcing Portal for this procurement. To register on the Jaggaer eSourcing portal please use the link https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier. If you are already registered on the Jaggaer eSourcing Portal and wish to participate in this procurement, please use the link: https://beisgroup.ukp.app.jaggaer.com/. Once you are logged into the system you will be able to locate the Procurement you wish to leave a bid on by clicking the ITTs Open to All Suppliers and searching for the reference number itt_2573
£2,083,333.33
Contract value
The final date and time for Ongoing DPS Applications to be submitted is Friday 9th February 2029 at 11:0 am Suppliers who wish to join the DPS List must submit their Application Form on the Jaggaer eSourcing Portal. Application Forms can be submitted at any time during the period of validity of the DPS. The Contracting Authority will review and evaluate each Application Form to determine whether the Minimum Selection Criteria are met, notify the Supplier as to whether its Application Form was successful or unsuccessful and update the DPS List within 15 working days of receipt of the Application Form. Note. The Contracting Authority require 15 working days because of the need to examine additional documentation or to otherwise verify whether the selection criteria are met, as permitted by Regulation 34 (17) of the Public Contracts Regulations 2015. DO NOT apply directly to the buyer. All tender information MUST be submitted through the Jaggaer eSourcing Portal. Brief Description of Requirement UKSBS (Central Purchasing Body) on behalf of the Department for Science, Innovation & Technology (DSIT) (the Contracting Authority) wishes to establish a Dynamic Purchasing System (DPS) for the provision of Scientific research & advice for Government. UKSBS is managing this procurement process in accordance with the Public Contracts Regulations 2015 (as may be amended from time to time) (the "Regulations") This is a Services Dynamic Purchasing System (DPS). The Dynamic Purchasing System (DPS) shall be in operation until either the DPS exceeds its advertised value or an end date of 23rd February 2029, whichever occurs first. You can apply to join the DPS at any point and don't require any special IT equipment as a DPS eliminates unnecessary activity for you upfront. Full details of the DPS scope and Application information can be found within the notice attachments and within the attachment tab on the Jaggaer eSourcing portal How to Apply UK Shared Business Services Ltd (UK SBS) will be using the Jaggaer eSourcing Portal for this procurement. To register on the Jaggaer eSourcing portal please use the link https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier. If you are already registered on the Jaggaer eSourcing Portal and wish to participate in this procurement, please use the link: https://beisgroup.ukp.app.jaggaer.com/. Once you are logged into the system you will be able to locate the Procurement you wish to leave a bid on by clicking the PQQs Open to All Suppliers and searching for the reference number PQQ_92.
£9,000,000
Contract value