Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

Theory Test Services

  • First published: 08 April 2026
  • Last modified: 08 April 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04efa6
Published by:
Driver and Vehicle Standards Agency
Authority ID:
AA78380
Publication date:
08 April 2026
Deadline date:
06 May 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Authority is procuring a TCN Supplier in each regional Lot to deliver the Theory Test Centre Network (TCN) Service, providing secure and accessible front end test delivery for all theory test types across Great Britain and Northern Ireland. DVSA are procuring, and contracting for, the service on behalf of the Driver and Vehicle Agency (DVA) in Northern Ireland. The Service must deliver a fully compliant Test Centre estate that meets the Authority’s 40/40 accessibility requirement, ensuring all Candidates are located within 40 minutes (urban) or 40 miles (rural) of a test centre in each region. In Northern Ireland, mandatory test centre provision is required in Ballymena, Belfast, Londonderry, Omagh, Portadown and Newry. All proposed sites will require Authority approval during implementation.The TCN Supplier will be responsible for providing a responsive scheduling system offering a real time, six month forward view of test availability to the Authority’s booking systems, reflecting test duration, demand and test type requirements. The Service includes delivery of on-site invigilation to maintain test integrity; detection and deterrence of fraud; and support for incident reporting and investigative activity integrating with Authority systems.The TCN Supplier must provide all necessary infrastructure and technology within each test centre, including secure hardware and software, on premises server capability, resilient network connectivity, CCTV, and sufficient equipment to deliver all standard and non-standard test adjustments for candidates with additional needs. The Service must support Welsh language options, voiceovers, British Sign Language (BSL), and—where applicable—additional language voiceovers in Northern Ireland. TCN Suppliers must also deliver approved Non Standard Adjustments including extra time, separate testing rooms, adapted equipment, signers, interpreters, language modifiers, readers, recorders, audio requirements (NI only), and home testing (not remote proctoring) where authorised.Multi client test sites are permitted provided they do not impede delivery of the Authority’s requirements and only with Authority approval. The TCN Service excludes delivery of tests in In House Theory Test Centres (IHTTCs).Further details of the scope are contained in the procurement documents (which include the draft contract), which are available on the Jaggaer portal.Lotting:The TCN Service is packaged into three regional Lots of broadly equivalent historic and forecast test volumes based on Government Office Region geographies: • Region 1: includes the Government Office Regions of Scotland, North East, North West, Yorkshire and the Humber and Northern Ireland. • Region 2: includes the Government Office Regions of Wales, West Midlands, South East and South West. • Region 3: includes the Government Office Regions of East Midlands, East of England and London.The Authority is seeking to appoint a different TCN Supplier in each regional Lot at contract award stage to develop a more diversified supply base. However, there is no limit on the number of Lots that a supplier can bid for. In certain circumstances, where defined objective eligibility and value for money criteria are met, a supplier may be awarded a maximum of two regional Lots, while a one-Lot cap applies where such criteria are not met. The detail of this is set out in the contract award mechanism in the procurement documents.Additional Services: The Authority has identified several potential future developments that may be explored through the regional contracts and in the delivery of the TCN Service. These Additional Services fall within the overall scope of the contract and may, where required, be implemented through the contract’s change control procedure. The Authority is therefore clearly signalling these areas to the market at this stage, and further detail is available in the procurement documents. The Additional Services are:• Exploring remote testing/pro

Full notice text

Scope

Procurement reference

T280023000, T280023001, T280023002

Procurement description

The Authority is procuring a TCN Supplier in each regional Lot to deliver the Theory Test Centre Network (TCN) Service, providing secure and accessible front end test delivery for all theory test types across Great Britain and Northern Ireland. DVSA are procuring, and contracting for, the service on behalf of the Driver and Vehicle Agency (DVA) in Northern Ireland. The Service must deliver a fully compliant Test Centre estate that meets the Authority’s 40/40 accessibility requirement, ensuring all Candidates are located within 40 minutes (urban) or 40 miles (rural) of a test centre in each region. In Northern Ireland, mandatory test centre provision is required in Ballymena, Belfast, Londonderry, Omagh, Portadown and Newry. All proposed sites will require Authority approval during implementation.

The TCN Supplier will be responsible for providing a responsive scheduling system offering a real time, six month forward view of test availability to the Authority’s booking systems, reflecting test duration, demand and test type requirements. The Service includes delivery of on-site invigilation to maintain test integrity; detection and deterrence of fraud; and support for incident reporting and investigative activity integrating with Authority systems.

The TCN Supplier must provide all necessary infrastructure and technology within each test centre, including secure hardware and software, on premises server capability, resilient network connectivity, CCTV, and sufficient equipment to deliver all standard and non-standard test adjustments for candidates with additional needs. The Service must support Welsh language options, voiceovers, British Sign Language (BSL), and—where applicable—additional language voiceovers in Northern Ireland. TCN Suppliers must also deliver approved Non Standard Adjustments including extra time, separate testing rooms, adapted equipment, signers, interpreters, language modifiers, readers, recorders, audio requirements (NI only), and home testing (not remote proctoring) where authorised.

Multi client test sites are permitted provided they do not impede delivery of the Authority’s requirements and only with Authority approval. The TCN Service excludes delivery of tests in In House Theory Test Centres (IHTTCs).

Further details of the scope are contained in the procurement documents (which include the draft contract), which are available on the Jaggaer portal.

Lotting:

The TCN Service is packaged into three regional Lots of broadly equivalent historic and forecast test volumes based on Government Office Region geographies:

• Region 1: includes the Government Office Regions of Scotland, North East, North West, Yorkshire and the Humber and Northern Ireland.

• Region 2: includes the Government Office Regions of Wales, West Midlands, South East and South West.

• Region 3: includes the Government Office Regions of East Midlands, East of England and London.

The Authority is seeking to appoint a different TCN Supplier in each regional Lot at contract award stage to develop a more diversified supply base. However, there is no limit on the number of Lots that a supplier can bid for. In certain circumstances, where defined objective eligibility and value for money criteria are met, a supplier may be awarded a maximum of two regional Lots, while a one-Lot cap applies where such criteria are not met. The detail of this is set out in the contract award mechanism in the procurement documents.

Additional Services:

The Authority has identified several potential future developments that may be explored through the regional contracts and in the delivery of the TCN Service. These Additional Services fall within the overall scope of the contract and may, where required, be implemented through the contract’s change control procedure. The Authority is therefore clearly signalling these areas to the market at this stage, and further detail is available in the procurement documents.

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: Tuesday 7 April 2026

Supplier Engagement Event: Tuesday 14 April 2026 (online webinar) - Microsoft Virtual Events Powered by Teams - https://events.teams.microsoft.com/event/6872fd4f-a164-467a-8d86-2bb14f0e04cb@a455b827-244f-4c97-b5b4-ce5d13b4d00c

PSQ Clarification Deadline: 5PM on Wednesday 22 April 2026

PSQ SUBMISSION DEADLINE: NOON ON TUESDAY 5 MAY 2026

Suppliers notified of PSQ outcome: Friday 19 June 2026

Invitation to Participate in Dialogue (ItPD) formally issued to Suppliers shortlisted through PSQ in each Lot: Monday 22 June 2026

Supplier Engagement Event: Wednesday 1 July 2026 (in person in Nottingham)

Initial individual supplier dialogue: Thursday 9 – Friday 10 July 2026

INITIAL TENDER SUBMISSION DEADLINE: NOON FRIDAY 14 AUGUST 2026

Supplier dialogue: Monday 28 September – Friday 13 November 2026

Invitation to Submit Final Tenders (ISFT) formally issued to Suppliers: Monday 14 December 2026

FINAL TENDER SUBMISSION DEADLINE: NOON FRIDAY 29 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: +2 years (potential maximum term 9 years to 5 September 2037)

Main category

Services

Total value (estimated, excluding VAT)

623000000 GBP to 623000000GBP

Contract dates (estimated)

06 September 2028, 00:00AM to 05 September 2035, 23:59PM

Extension end date (if all the extensions are used): 05 September 2037

Contracting authority

Driver and Vehicle Standards Agency

Identification register:

  • GB-PPON

Address 1: 1 Unity Square, Queensbridge Road

Town/City: Nottingham

Postcode: ng2 1aw

Country: United Kingdom

Public Procurement Organisation Number: PTMM-2614-YJDV

NUTS code: UKF14

Contact name: Test Centre Network

Email: commercialenquiries@dvsa.gov.uk

Organisation type: Public authority - central government

Devolved regulations that apply: Northern Ireland

Procedure

Procedure type

Competitive flexible procedure

Is the total value above threshold?

Above threshold

Lots

Divided into 3 lots

Region 1

Lot number: 1

Description

Region 1: includes the Government Office Regions of Scotland, North East, North West, Yorkshire and the Humber and Northern Ireland.

CPV classifications

  • 80420000 - E-learning services
  • 72260000 - Software-related services
  • 48517000 - IT software package
  • 79342300 - Customer services
  • 79710000 - Security services
  • 72820000 - Computer testing services
  • 80000000 - Education and training services
  • 48190000 - Educational software package
  • 72212190 - Educational software development services
  • 80511000 - Staff training services
  • 80500000 - Training services
  • 79620000 - Supply services of personnel including temporary staff

Lot value (estimated)

204000000 GBP Excluding VAT

235000000 GBP Including VAT

Contract start date (estimated)

06 September 2028, 00:00AM

Contract end date (estimated)

05 September 2035, 23:59PM

Extension end date (estimated)

05 September 2037, 23:59PM

Can the contract be extended?

Yes

Description of extensions

+2 years (potential maximum term 9 years to 5 September 2037)

Award criteria

Weighting description

Price per Quality Point (PQP)

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.

Region 2

Lot number: 2

Description

Region 2: includes the Government Office Regions of Wales, West Midlands, South East and South West.

CPV classifications

  • 80420000 - E-learning services
  • 72260000 - Software-related services
  • 48517000 - IT software package
  • 79342300 - Customer services
  • 79710000 - Security services
  • 72820000 - Computer testing services
  • 80000000 - Education and training services
  • 48190000 - Educational software package
  • 72212190 - Educational software development services
  • 80511000 - Staff training services
  • 80500000 - Training services
  • 79620000 - Supply services of personnel including temporary staff

Lot value (estimated)

240000000 GBP Excluding VAT

285000000 GBP Including VAT

Contract start date (estimated)

06 September 2028, 00:00AM

Contract end date (estimated)

05 September 2035, 23:59PM

Extension end date (estimated)

05 September 2037, 23:59PM

Can the contract be extended?

Yes

Description of extensions

+2 years (potential maximum term 9 years to 5 September 2037)

Award criteria

Weighting description

Price per Quality Point (PQP)

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.

Region 3

Lot number: 3

Description

Region 3: includes the Government Office Regions of East Midlands, East of England and London.

CPV classifications

  • 80420000 - E-learning services
  • 72260000 - Software-related services
  • 48517000 - IT software package
  • 79342300 - Customer services
  • 79710000 - Security services
  • 72820000 - Computer testing services
  • 80000000 - Education and training services
  • 48190000 - Educational software package
  • 72212190 - Educational software development services
  • 80511000 - Staff training services
  • 80500000 - Training services
  • 79620000 - Supply services of personnel including temporary staff

Lot value (estimated)

179000000 GBP Excluding VAT

215000000 GBP Including VAT

Contract start date (estimated)

06 September 2028, 00:00AM

Contract end date (estimated)

05 September 2035, 23:59PM

Extension end date (estimated)

05 September 2037, 23:59PM

Can the contract be extended?

Yes

Description of extensions

+2 years (potential maximum term 9 years to 5 September 2037)

Award criteria

Weighting description

Price per Quality Point (PQP)

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.

Submission

Documents

Expression of interest deadline

05 May 2026, 23:59PM

Date of award of contract

02 August 2027, 23:59PM

Submission address and any special instructions

https://dft.app.jaggaer.com/go/55049810019D48FEC71F

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Expression of interest deadline

05 May 2026, 23:59PM

Date of award of contract

02 August 2027, 23:59PM

Submission address and any special instructions

https://dft.app.jaggaer.com/go/55049810019D48FEC71F

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
72820000 Computer testing services Computer audit and testing services
79342300 Customer services Marketing services
80000000 Education and training services Education
72212190 Educational software development services Programming services of application software
48190000 Educational software package Industry specific software package
80420000 E-learning services Adult and other education services
48517000 IT software package Communication software package
79710000 Security services Investigation and security services
72260000 Software-related services Software programming and consultancy services
80511000 Staff training services Specialist training services
79620000 Supply services of personnel including temporary staff Recruitment services
80500000 Training services Education and training services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.