Scope
Reference
PR4965
Description
The DBT Digital, Data and Technology team leads on development of AI tools and services within the Department for Business and Trade.
It does so through an 'AI³' model, which aims to identify, test, develop and evaluate use cases for applying artificial intelligence within the Department.
This model consists of three parts:
• AI Lab: Rapid, time limited exploration and assessment of AI use cases and experiments
• AI Factory: Development and operationalisation of experiments into production ready tools and components
• AI Operations: Maintenance, scaling, and operationalisation of AI solutions
The Authority is seeking to procure specialist expertise to support delivery of this model. We require this to take the form of suitably-skilled teams and individuals provided by the Supplier joining relevant AI³ teams and project teams within the AI Lab, AI Factory or AI Operations.
Supplier resources will work alongside and under the direction of Civil Servants within the DBT Digital, Data and Technology team within the Department.
This may be for both short and long-term projects as agreed via statements of work, and requiring a variety of digital and data skills.
For a more detailed description of this requirement, please refer to Appendix B of the ITP.
Total value (estimated)
- £9,000,000 excluding VAT
- £10,800,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 June 2026 to 31 May 2028
- Possible extension to 30 May 2029
- 2 years, 11 months, 30 days
Description of possible extension:
Optional extensions to the initial period is 12 months. If the contract is extended, estimated value for maximum extension period is £1,000,000 excluding VAT for each lot. A notice of 3 months must be given as a minimum.
Main procurement category
Services
CPV classifications
- 72220000 - Systems and technical consultancy services
Contract locations
- UK - United Kingdom
Lot 1. AI Lab
Description
AI Lab: Rapid, time limited exploration and assessment of AI use cases and experiments.
The Department for Business and Trade (DBT) Digital, Data and Technology (DDaT) team is implementing the 'AI³' model to identify, test, develop, and evaluate use cases for artificial intelligence across departmental functions.
This model comprises three development phases:
• AI Lab: Rapid, time limited exploration and assessment of AI use cases and experiments.
• AI Factory: Development and operationalisation of experiments into production ready tools and components
• AI Operations: Maintenance, scaling, and operationalisation of AI solutions
This lot is focused on the AI Lab phase, which is key to the success of the wider AI³ model.
Objectives:
The Supplier must provide specialist resources to:
• Identify high value AI use cases through structured engagement with HMG stakeholders
• Assess the feasibility and potential impact of these use cases
• Rapidly prototype and test working experiments, with clear identification of success measures and experiment scope
• Ensure ethical, secure, and compliant use of data throughout the process
• Support decision making for onward investment and scaling
Scope:
The Supplier, through provision of its specialists to the Buyer, will be expected to deliver the following through agreed SOWs that will refine the specific deliverables:
Use Case Identification:
o Facilitate ideation workshops and horizon scanning activities
o Engage with the Buyer's (and potentially wider HMG's) internal teams to uncover operational challenges and innovation opportunities
o Reuse and adapt existing AI solutions from across government and industry
Technical Feasibility Assessment
o Apply data science and machine learning engineering expertise to evaluate proposed use cases
o Recommend appropriate technical approaches and architectures
o Collaborate with the Buyer's teams to ensure alignment with existing infrastructure and standards
Data Ethics and Governance
o Ensure all AI use cases comply with ethical standards and data governance policies
o Advise on responsible AI practices, including bias mitigation and transparency
o Support GDPR compliance and data protection assessments
Prototyping and Experimentation
o Rapidly develop prototypes using standard design patterns for government services
o Design and execute experiments to validate concepts
o Document outcomes and provide recommendations for further development or discontinuation
Collaboration and Integration
o Work alongside civil servants and embedded teams
o Contribute to lessons learned and continuous improvement exercises
Please refer to the ITP (Appendix B) for more information on the required skills and roles needed for this lot.
Lot value (estimated)
- £3,000,000 excluding VAT
- £3,600,000 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. AI Factory
Description
AI Factory: Development and operationalisation of experiments into production ready tools and components.
The Department for Business and Trade (DBT) Digital, Data and Technology (DDaT) team is implementing the 'AI³' model to identify, test, develop, and evaluate use cases for artificial intelligence across departmental functions.
This model comprises three development phases:
• AI Lab: Rapid, time limited exploration and assessment of AI use cases and experiments
• AI Factory: Development and operationalisation of proofs of concept into production ready tools and components
• AI Operations: Maintenance, scaling, and operationalisation of AI solutions
This lot is focused on the AI Factory phase, building on the AI Lab.
Objectives/Scope:
The Supplier must provide specialist resources to develop and operationalise AI into services, tools and components, building on successful experiments from the AI Lab:
This will include:
• Service and technical architecture design informed by data expertise to translate proofs of concept into robust, user-facing tools and services
• Innovation in delivery and application of AI technology, going beyond standard tools and technologies to deliver measurable applications of AI.
• Assessing, designing and optimising data science and ML engineering approaches to ensure that technical AI proofs of concept perform in a real-world environment
• Partnering with other digital teams within the Buyer's DDaT team to co-deliver new AI features and components within existing digital and data services
• Product and delivery expertise informed by data to ensure rapid, tightly scoped delivery of services within a few months
• User-centred design expertise to ensure that products and tools are able to meet user needs, and to identify opportunities for re-use or wider roll-out of products developed
• Helping to build skills around operationalisation of AI among civil servants, including core technical and infrastructure skills
• Evaluation and performance analysis expertise to identify meaningful metrics for assessing the performance of AI products being delivered and enabling continuous improvement
This is not an exhaustive list, and specific deliverables will be defined, refined and agreed with the commission of each SOW.
Please refer to the ITP (Appendix B) for more information on the required skills and roles needed for this lot.
Lot value (estimated)
- £3,000,000 excluding VAT
- £3,600,000 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. AI Operations
Description
AI Operations: Maintenance, scaling, and operationalisation of AI Solutions.
The Department for Business and Trade (DBT) Digital, Data and Technology (DDaT) team is implementing the 'AI³' model to identify, test, develop, and evaluate use cases for artificial intelligence across departmental functions.
This model comprises three development phases:
• AI Lab: Rapid, time limited exploration and assessment of AI use cases and experiments
• AI Factory: Development and operationalisation of experiments into production ready tools and components
• AI Operations: Maintenance, scaling, and operationalisation of AI solutions
This lot is focused on the AI Operations phase, building on the AI Factory .
Objectives
The Supplier must provide specialist resources to maintain, scale and support the robust operation of AI tools and components, as well as the underlying data, AI and technical infrastructure used across AI teams.
The Supplier will provide specialist resources to:
• Scale AI solutions for department-wide use with reliability, security, and maintainability.
• Ensure AI components and services are reliable, performant, and secure through strong data, infrastructure, and ML engineering practices.
• Enable reuse of technical solutions across multiple use cases to simplify the overall technical landscape.
• Recommend infrastructure approaches aligned with the Buyer's technical guidance.
• Ensure compliance with the Buyer's engineering standards, governance frameworks, and internal assurance processes.
• Monitor and manage performance, cost, and environmental impact of AI services, including LLM usage and infrastructure consumption.
• Provide product and delivery management for live and mature services, including identifying user-driven improvements and managing enhancements.
• Upskill DBT civil servants in operationalising AI, including core technical and infrastructure skills.
• Provide guidance and set standards on how the Buyer's DDaT teams can best deploy AI in their own services,
• Continuously improve AI services and tools based on evidence-driven user insights.
• Showcase AI Ops work to the wider DBT through demos and show-and-tells.
Scope
The supplier will be expected to deliver the following (which will be refined on a case-by-case basis as SOWs are agreed):
Operationalisation and Scaling
• Take AI Factory tools and components and operationalise them into robust, reusable, and scalable services on the Buyer's infrastructure.
• Maintain and enhance live AI services and tools, ensuring alignment with the Buyer's standards as defined in agreed SOWs.
Component Development and Management
• Develop and iterate reusable AI components; maintain a shared component library on the Buyer's infrastructure .
• Partner with the Buyer's digital teams to create components that integrate across multiple digital and data services, promoting efficiency and consistency.
Infrastructure and Compliance
• Implement Infrastructure as Code (IaC) and follow the Buyer's engineering best practices as defined in agreed SOWs .
• Engage with governance and assurance processes, including IRAP/TDA compliance.
• Recommend infrastructure approaches aligned with DBT technical guidance.
Monitoring and Sustainability
• Provide service monitoring and enhancement to optimise performance, reduce waste, control costs, and minimise environmental impact.
Documentation and Knowledge Transfer
• Produce and maintain documentation for developers (both Supplier and Buyer) and the Buyer's end users
• Support the DBT AI and wider DBT DDaT teams in using AI-related infrastructure and components effectively.
• Collaborate with the Buyer's teams to ensure alignment with existing infrastructure and standards.
• Deliver mentoring and pairing to build civil service capability in AI operationalisation.
Continuous Improvement
• Identify new features through user research, then design, develop, test, and evaluate enhancements to improve existing AI services.
Please refer to the ITP (Appendix B) for more information on the required skills and roles needed for this lot.
Lot value (estimated)
- £3,000,000 excluding VAT
- £3,600,000 including VAT
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Participation
Legal and financial capacity conditions of participation
Lot 1. AI Lab
Lot 2. AI Factory
Lot 3. AI Operations
Suppliers are required to meet the minimum financial standards set out in Question 13 of the PSQ (Appendix F) in the Invitation to Participate document (ITP). They must self-certify their ability to meet these standards in response to sub-question 13.b or 13.c, and confirm they can provide any information required under sub-question 13.d. The Authority may verify a Supplier's ability to meet the financial standards it has self-certified at any point in the Procurement. The Authority may require the Supplier to confirm that the information contained within the relevant Core Supplier Information is accurate and up to date and to submit any other information required under sub-question 13.d. Where such information is insufficient, the Authority may request additional information. If the Authority determines that the Supplier does not meet the minimum financial standards set out in sub-question 13.c, or the Supplier fails to provide sufficient information, the Supplier may be excluded from further participation in the Procurement.
Associated Suppliers
Suppliers may rely on an associated supplier to meet the minimum financial standards. If this is the case, suppliers must provide more detail as as set in Q13.a of the PSQ in the ITP.
Minimum Credit Ratings
Suppliers or any Associated Supplier must meet one or more of the minimum credit ratings. Please refer to Q13.b of the PSQ in the ITP.
Financial Indicators
If credit ratings are not met, suppliers must self-certify that they or any Associated Supplier meet at least two of the three financial indicators. Please refer to Q13.c of the PSQ in the ITP.
Core Supplier Information
Suppliers must confirm that their Core Supplier Information is accurate and up to date, and be prepared to provide it if requested. Please refer to Q13.d of the PSQ in the ITP.
Insurance
Suppliers must confirm whether they already have or can commit to obtain, prior to award of the contract, the level of insurance cover indicated in Q15 of the PSQ in the ITP.
Legal Capacity
Suppliers must confirm that they have, or will have by the time of Contract award, the necessary human and technical resources to ensure compliance with the UK General Data Protection Regulation and to protect the rights of data subjects. Please refer to Q17.a of the PSQ in the ITP.
Additionally, suppliers must provide details of the technical facilities and measures (including systems and processes) they have in place, or will have in place by Contract award, to ensure compliance with UK data protection law and the protection of data subject rights. Please refer to Q17.b of the PSQ in the ITP.
Technical ability conditions of participation
Lot 1. AI Lab
Lot 2. AI Factory
Lot 3. AI Operations
As part of the procurement process, suppliers are required to provide detailed responses to several compliance and governance-related questions in the PSQ (Appendix F) of the ITP. These questions assess the supplier's ability to manage subcontractors, identify and mitigate conflicts of interest, comply with modern slavery legislation, meet cybersecurity standards, and declare any procurement-related conflicts. Responses must be complete and accurate, and in some cases, failure to respond or provide sufficient information may result in exclusion from further participation in the procurement.
Suppliers must demonstrate experience of sub-contractor management where they intend to sub-contract a proportion of the relevant Contract. This includes how they have previously maintained healthy supply chains and the procedures used to ensure performance. Please refer to Q18 of the PSQ in the ITP.
Suppliers must confirm whether there is an actual, perceived or potential Contract Conflict of Interest which could impact on the duties owed under the relevant Contract. Please refer to Q21.a of the PSQ in the ITP. If there is a conflict, the supplier must submit a conflict of interest statement including a description of the conflict, roles and responsibilities, separation measures, confidentiality agreements, standards for integrity, and any other relevant information. Please refer to Q21.b of the PSQ in the ITP.
Suppliers must confirm that they are a 'relevant commercial organisation' and are compliant with section 54 of the Modern Slavery Act 2015, or alternatively provide a link to an equivalent statement if applicable. Please refer to Q22 of the PSQ in the ITP.
Suppliers must confirm that they and any Intended Subcontractor have Cyber Essentials Plus certification (or equivalent), or evidence that certification will be achieved prior to Contract commencement. Suppliers must confirm that they and any intended Subcontractor will comply with ISO27001. Please refer to Q32 of the PSQ in the ITP.
Suppliers must confirm whether they, any Associated Person or Intended Subcontractor have an actual, perceived or potential Procurement Conflict of Interest with the Authority or its advisers. Please refer to Q33 of the PSQ in the ITP.
If there is a conflict of interest, they must submit a conflict of interest statement including a description of the conflict, roles and responsibilities, separation measures, access controls, confidentiality agreements, audit rights, standards for integrity, and any other relevant information. Please refer to Q34 of the PSQ in the ITP.
Particular suitability
Lot 1. AI Lab
Lot 2. AI Factory
Lot 3. AI Operations
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
29 October 2025, 10:00am
Submission type
Requests to participate
Deadline for requests to participate
10 November 2025, 12:00pm
Submission address and any special instructions
All tenders must be submitted via the authority's chosen e-tendering system. The chosen e-tendering system is Jaggaer, which can be accessed here: https://uktrade.app.jaggaer.com/web/login.html
Once registered, you should be able to search for the opportunity, either by title, or using the project reference PR_4965
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
19 May 2026
Award criteria
Lot 1. AI Lab
| Name | Description | Type |
|---|---|---|
| Stage 2 - Specialist Expertise | More detail will be provided in the stage 2 ITT |
Quality |
| Stage 2 - Resourcing Approaches | More detail will be provided in the stage 2 ITT |
Quality |
| Stage 2 - Ways of Working | More detail will be provided in the stage 2 ITT |
Quality |
| Stage 2 - Capability Building | More detail will be provided in the stage 2 ITT |
Quality |
| Stage 3 - Scenario Based Question | More information will be provided in the stage 3 supplementary ITT |
Quality |
| Stage 3 - Scenario Based Question | More information will be provided in the stage 3 supplementary ITT |
Quality |
| Stage 3 - Scenario Based Question | More information will be provided in the stage 3 supplementary ITT |
Quality |
| Social Value | This will be assessed in stage 3. Please refer to Section 6 of Part 9 of the ITP. This will not be weighted but applied in accordance with the Price per Quality Point (PQP) formula used in stage 3. |
Quality |
| Stage 2 - Total Evaluted Cost | Suppliers will be asked to completed a pricing schedule of rates that will calculate a Total Evaluated Cost that will be used as part of the Weighted Value for Money Index (WVfMI) calculation. See the... |
Price |
| Stage 3 - Priced Scenario | Suppliers will be asked to price a scenario using a set pricing schedule and using their rates from Stage 2. The completed schedule will give a price to be evaluated that will then be used to... |
Price |
Weighting description
The Authority will refine the award criteria and ratings at publication of each stage. Indicative weighting ranges are given below:
A: Stage 2 Quality Criteria Total = 100%
A01: Specialist Expertise = 20-50%
A02: Resourcing Approaches = 10-40%
A03: Ways of Working = 10-40%
A04: Capability Building = 10-40%
B: Stage 3 Quality Criteria Total = 100%
B01: Scenario Based Question = 10-40%
B02: Scenario Based Question = 10-40%
B03: Scenario Based Question = 10-40%
B04: Social Value = 10%
Please note, the pricing...
Lot 2. AI Factory
| Name | Description | Type |
|---|---|---|
| Stage 2 - Stage 2 - Specialist Expertise | More detail will be provided in the stage 2 ITT |
Quality |
| Stage 2 - Resourcing Approaches | More detail will be provided in the stage 2 ITT |
Quality |
| Stage 2 - Ways of Working | More detail will be provided in the stage 2 ITT |
Quality |
| Stage 2 - Capability Building | More detail will be provided in the stage 2 ITT |
Quality |
| Stage 3 - Scenario Based Question | More information will be provided in the stage 3 supplementary ITT |
Quality |
| Stage 3 - Scenario Based Question | More information will be provided in the stage 3 supplementary ITT |
Quality |
| Stage 3 - Scenario Based Question | More information will be provided in the stage 3 supplementary ITT |
Quality |
| Social Value | This will be assessed in stage 3. Please refer to section 6 of Part 9 of the ITP. This will not be weighted but applied in accordance with the Price per Quality Point (PQP) formula used in stage 3. |
Quality |
| Stage 2 - Total Evaluated Cost | Suppliers will be asked to completed a pricing schedule of rates that will calculate a Total Evaluated Cost that will be used as part of the Weighted Value for Money Index (WVfMI) calculation. See the... |
Price |
| Stage 3 - Priced Scenario | Suppliers will be asked to price a scenario using a set pricing schedule and using their rates from Stage 2. The completed schedule will give a price to be evaluated that will then be used to... |
Price |
Weighting description
The Authority will refine the award criteria and ratings at publication of each stage. Indicative weighting ranges are given below:
A: Stage 2 Quality Criteria Total = 100%
A01: Specialist Expertise = 20-50%
A02: Resourcing Approaches = 10-40%
A03: Ways of Working = 10-40%
A04: Capability Building = 10-40%
B: Stage 3 Quality Criteria Total = 100%
B01: Scenario Based Question = 10-40%
B02: Scenario Based Question = 10-40%
B03: Scenario Based Question = 10-40%
B04: Social Value = 10%
Please note, the pricing...
Lot 3. AI Operations
| Name | Description | Type |
|---|---|---|
| Stage 2 - Specialist Expertise | More detail will be provided in the stage 2 ITT |
Quality |
| Stage 2 - Resourcing Approaches | More detail will be provided in the stage 2 ITT |
Quality |
| Stage 2 - Ways of Working | More detail will be provided in the stage 2 ITT |
Quality |
| Stage 2 - Capability Building | More detail will be provided in the stage 2 ITT |
Quality |
| Stage 3 - Scenario Based Question | More information will be provided in the stage 3 supplementary ITT |
Quality |
| Stage 3 - Scenario Based Question | More information will be provided in the stage 3 supplementary ITT |
Quality |
| Stage 3 - Scenario Based Question | More information will be provided in the stage 3 supplementary ITT |
Quality |
| Social Value | This will be assessed in stage 3. Please refer to section 6 of Part 9 of the ITP. This will not be weighted but applied in accordance with the Price per Quality Point (PQP) formula used in stage 3. |
Quality |
| Stage 2 - Total Evaluated Cost | Suppliers will be asked to completed a pricing schedule of rates that will calculate a Total Evaluated Cost that will be used as part of the Weighted Value for Money Index (WVfMI) calculation. See the... |
Price |
| Stage 3 - Priced Scenario | Suppliers will be asked to price a scenario using a set pricing schedule and using their rates from Stage 2. The completed schedule will give a price to be evaluated that will then be used to... |
Price |
Weighting description
The Authority will refine the award criteria and ratings at publication of each stage. Indicative weighting ranges are given below:
A: Stage 2 Quality Criteria Total = 100%
A01: Specialist Expertise = 20-50%
A02: Resourcing Approaches = 10-40%
A03: Ways of Working = 10-40%
A04: Capability Building = 10-40%
B: Stage 3 Quality Criteria Total = 100%
B01: Scenario Based Question = 10-40%
B02: Scenario Based Question = 10-40%
B03: Scenario Based Question = 10-40%
B04: Social Value = 10%
Please note, the pricing...
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
This will be a competitive flexible procedure to award 3 lots where each lot aligns to a delivery element of the AI³ Delivery Partners Project. There will be 3 stages for each lot. Suppliers may only submit a tender for one lot. A single Supplier can only win one lot. Suppliers are unable to subcontract on a second lot should they be the lead supplier or subcontracter on one lot, therefore are unable to bid for multiple lots.
All suppliers must first register on Jaggaer via the link provided in this notice to access the Invitation to Particpate (ITP) Procurement Document before considering the below three stages that comprise the Procurement.
The three stages are:
1. A participation stage.
This will include compliance checks, applying exclusion grounds and assessment of responses to the Procurement Specific Questionnaire (PSQ), including Conditions of Participation, listed Appendx F of the Invitation to Participate (ITP) document, which all Suppliers are required to complete in accordance with the instructions contained in the ITP document.
Suppliers who meet the stage 1 (Participation) requirements outlined in that PSQ and the ITP shall be invited to submit a tender.
The ITP document can be found on Jaggaer under Project Reference PR_4965
2. A Weighted VFM assessment stage.
Stage 2 will commence with the issue of an Invitation to Tender (ITT) to all Suppliers who have met the stage 1 (Participation) set out in the PSQ.
The Invitation to Tender shall contain detailed award criteria, an accompanying scoring methodology and the stage 2 assessment methodology.
In summary, the following assessment methodology will be used for each lot (with each lot being a separate assessment):
• Each Supplier's response to the stage 2 quality award criteria shall be assessed and a quality score given.
• Each Supplier's completion of a pricing schedule that comprises rates grouped into both buckets weighted on likelihood of use, and tiers based on volume discounts (i.e., length of a project). These shall be assessed and a total evaluated cost given from the sum of the weighted bucket costs.
• The formula set out below shall be used to give a Weighted Value for Money Index score.
Weighted Value for Money Index=Quality Score ^ (Quality Weighting/Price Weighting)/Total Evaluated Cost
The quality weighting/price weighting (as applied as per the formula above) for each lot shall be as follows:
Lot 1: 60%/40%
Lot 2: 60%/40%
Lot 3: 60%/40%
For each lot, the five Suppliers with the highest weighted value for money index score for each lot shall be taken forward to stage 3
3. PQP stage
Stage 3 shall commence with the issue of a supplementary Invitation to Tender to the five highest scoring Suppliers for each lot in stage 2.
The supplementary Invitation to Tender shall contain a scenario that will be referred to in the award criteria.
The stage 3 award criteria, accompanying scoring methodology and assessment methodology will each be set out in detail in the supplementary Invitation to Tender. In summary, the following assessment methodology will be used for each lot (with each lot being a separate assessment):
• Each shortlisted Supplier's response to the weighted scenario based award criteria shall be assessed and a scenario quality score given.
• The social value policy outcomes used for this Procurement shall be
○ Skills for growth: supporting growth sectors and addressing skills gaps, and employment
○ Training for those who face barriers to employment .
Each shortlisted Supplier's response to the weighted social value criteria shall be assessed and the score added to the scenario quality score to give a total quality score.
Each shortlisted Supplier will be asked to price the scenario, using a set pricing schedule provided by the Authority. Prices used by the Supplier must be in line with those submitted in the pricing schedule at stage 2. The completed stage 3 pricing schedule will give a total "price to be evaluated.
The formula below shall be used to give a price per quality point:
Price per Quality Point (PQP) Score = Price to be Evaluated /
Quality Score
The Supplier with the lowest PQP Score for each lot at the end of stage 3 shall be awarded the contract for that lot. A further check for excluded or excludable Suppliers will be conducted prior to award of any Contract.
Reduced tendering period
Yes
Qualifying planned procurement notice - minimum 10 days
Documents
Associated tender documents
Project_4965 - AI³ Delivery Partners Project - Invitation to Participate (ITP)_FINAL_PORTAL.pdf
Appendix J - PME Supplementary Information.pdf
Documents to be provided after the tender notice
Once this tender notice is published, interested suppliers should go to the Authority's Portal, Jaggaer (https://uktrade.app.jaggaer.com/web/login.html) to register and access the opportunity there, where an Invitation to Participate (ITP) document will be available
The stage 2 Invitation to Tender (ITT) will be made available to all suppliers who have passed stage 1 (participation) via Jaggaer. The stage 3 supplementary Invitation to Tender (sITT) will be made available to the five successful suppliers for each lot via Jaggaer.
All documents will be issued via Jaggaer, so all suppliers will need to be registered on Jaggaer. Future ITTs will only be sent to successful suppliers with unsuccessful supliers being notified on this fact.
Contracting authority
Department for Business & Trade
- Public Procurement Organisation Number: PZZJ-6312-QTTD
Old Admiralty Building
London
SW1A 2DY
United Kingdom
Contact name: Commercial DDaT
Region: UKI32 - Westminster
Organisation type: Public authority - central government