Tender

Opportunity for DSA Cyber Security Services

HOME OFFICE

This public procurement record has 3 releases in its history.

TenderAmendment

27 Apr 2026 at 10:08

TenderAmendment

24 Apr 2026 at 15:27

Tender

24 Apr 2026 at 15:25

Summary of the contracting process

The Home Office is seeking to procure specialist client-side cyber security support services through a selective call-off from a dynamic purchasing system, valued between £2,000,000 and £3,000,000 GBP. This procurement process falls under the industry category of Data Security Software Development Services, with the target areas for service delivery including the United Kingdom, Europe, and British Overseas Territories among other global locations. The tender process is active and has undergone recent amendments, with the latest update published on 27th April 2026. Interested suppliers should note that the tender submission deadline is set for 26th May 2026, while the contract is anticipated to commence on 3rd September 2026 and conclude by 3rd September 2028.

This tender represents a significant opportunity for small and medium-sized enterprises (SMEs) specialising in cyber security services to expand their business within the public sector domain. Companies with experience in developing and implementing data security solutions compliant with National Cyber Security Centre standards will find this contract particularly suitable. The procurement requires suppliers to work collaboratively with various teams within the Home Office's Digital division and engage with UK Intelligence and Law Enforcement Agencies, ensuring a comprehensive approach to cyber security management. This tender is ideal for businesses capable of providing flexible, responsive security solutions to meet evolving threats and developing innovative systems to protect governmental information assets under the Home Office's stringent security framework.

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

Notice Title

Opportunity for DSA Cyber Security Services

Notice Description

The Home Office Data Services and Analytics (DSA) which sits within the Buyer's Home Office Digital (HOD) division, has a requirement for the procurement of specialist client-side cyber security support capabilities detailed within the Statement of Requirements document and the Book of Work. The Buyer Cyber Security capability is currently provided under a service-based offering from a third-party supplier. The supplier delivers a range of services and provides assurance to the Buyer's Independent Assurer that IT systems are compliant with National Cyber Security Centre (NCSC) standards Cyber security advice for public sector organisations | National Cyber Security Centre - NCSC.GOV.UK The Buyer is establishing a more capable cyber function which is still defining its Target Operating Model. It is envisaged that there will be a range of shared capabilities and processes that the Buyer's service will need to align with or onboard to. This is following Secure by Design principles Liaison and collaboration with NCSC and other UK Intelligence and Law Enforcement Agencies is also a key requirement of the service to ensure 3rd party stakeholders are assured of the Buyer's Cyber security. The Supplier will deliver the Services in each operational area in a multi-disciplinary / multi-vendor environment. The Supplier shall be expected to develop strong and collaborative working relationships with the existing DSA portfolio teams and with other suppliers supporting the Buyer's HOD division with whom the Supplier will work. The Services will be delivered within DSA Security Team. The Security Architecture across DSA Programmes and Projects is at different levels of maturity. The Service needs the ability to flex for urgent requirements and to change throughout the term of the Agreement as threats and consequent requirements evolve. This will result in the need for additional, ad hoc services, which are not listed in the DSA Book of Work requiring Supplier support. Such requests by the Buyer shall be subject to an impact assessment, which will determine whether an additional Statement(s) of Work (SoW) is required. Where an Unforeseen Event occurs, the Supplier must, at the written request and at the direction of the Principal Security Architect, move capacity to the required operational area(s) to meet DSA needs. The Supplier will raise any consequential impact to Services for the acceptance of the Principal Security Architect. The Supplier shall ensure that all systems are operated in such a manner to support HO HOD compliance with the HMG Security Policy Framework. The Supplier shall ensure that all appropriate NCSC guidance is followed. The Supplier shall ensure protection of HMG information assets and accreditation of the solution where appropriate. The Buyer uses a range of tools including Commercial Off the Shelf SIEM tooling (SPLUNK) to monitor, detect and respond to any security threats. Additional information: The filter fields used under RM3674 and the joining process are outlined in the attached file

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-874d26db-4b7f-45c7-8d2c-9497839c6e07
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/c50f2536-a499-4227-abb8-6228a82168ce
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Dynamic
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Call-off from a dynamic purchasing system
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72212732 - Data security software development services

Notice Value(s)

Tender Value
£3,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Apr 20262 weeks ago
Submission Deadline
26 May 20262 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
2 Sep 2026 - 3 Sep 2028 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HOME OFFICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1P 4DF
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

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-b5fd17-874d26db-4b7f-45c7-8d2c-9497839c6e07-2026-04-27T11:08:14+01:00",
    "date": "2026-04-27T11:08:14+01:00",
    "ocid": "ocds-b5fd17-874d26db-4b7f-45c7-8d2c-9497839c6e07",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_513004/1563915",
        "title": "Opportunity for DSA Cyber Security Services",
        "description": "The Home Office Data Services and Analytics (DSA) which sits within the Buyer's Home Office Digital (HOD) division, has a requirement for the procurement of specialist client-side cyber security support capabilities detailed within the Statement of Requirements document and the Book of Work. The Buyer Cyber Security capability is currently provided under a service-based offering from a third-party supplier. The supplier delivers a range of services and provides assurance to the Buyer's Independent Assurer that IT systems are compliant with National Cyber Security Centre (NCSC) standards Cyber security advice for public sector organisations | National Cyber Security Centre - NCSC.GOV.UK The Buyer is establishing a more capable cyber function which is still defining its Target Operating Model. It is envisaged that there will be a range of shared capabilities and processes that the Buyer's service will need to align with or onboard to. This is following Secure by Design principles Liaison and collaboration with NCSC and other UK Intelligence and Law Enforcement Agencies is also a key requirement of the service to ensure 3rd party stakeholders are assured of the Buyer's Cyber security. The Supplier will deliver the Services in each operational area in a multi-disciplinary / multi-vendor environment. The Supplier shall be expected to develop strong and collaborative working relationships with the existing DSA portfolio teams and with other suppliers supporting the Buyer's HOD division with whom the Supplier will work. The Services will be delivered within DSA Security Team. The Security Architecture across DSA Programmes and Projects is at different levels of maturity. The Service needs the ability to flex for urgent requirements and to change throughout the term of the Agreement as threats and consequent requirements evolve. This will result in the need for additional, ad hoc services, which are not listed in the DSA Book of Work requiring Supplier support. Such requests by the Buyer shall be subject to an impact assessment, which will determine whether an additional Statement(s) of Work (SoW) is required. Where an Unforeseen Event occurs, the Supplier must, at the written request and at the direction of the Principal Security Architect, move capacity to the required operational area(s) to meet DSA needs. The Supplier will raise any consequential impact to Services for the acceptance of the Principal Security Architect. The Supplier shall ensure that all systems are operated in such a manner to support HO HOD compliance with the HMG Security Policy Framework. The Supplier shall ensure that all appropriate NCSC guidance is followed. The Supplier shall ensure protection of HMG information assets and accreditation of the solution where appropriate. The Buyer uses a range of tools including Commercial Off the Shelf SIEM tooling (SPLUNK) to monitor, detect and respond to any security threats. Additional information: The filter fields used under RM3674 and the joining process are outlined in the attached file",
        "datePublished": "2026-04-24T16:25:37+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72212732",
            "description": "Data security software development services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SW1P 4DF"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "SW1P 4DF"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "SW1P 4DF"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 2000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 3000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a dynamic purchasing system",
        "tenderPeriod": {
            "endDate": "2026-05-26T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2026-09-03T00:00:00+01:00",
            "endDate": "2028-09-03T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/c50f2536-a499-4227-abb8-6228a82168ce",
                "datePublished": "2026-04-24T16:25:37+01:00",
                "format": "text/html",
                "language": "en",
                "dateModified": "2026-04-27T11:08:14+01:00"
            },
            {
                "id": "2",
                "description": "n/a",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/cb56959b-bca1-473c-9516-fe49f33d50c7",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-148108",
            "name": "Home Office",
            "identifier": {
                "legalName": "Home Office"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Steve Marks",
                "email": "steve.marks@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-148108",
        "name": "Home Office"
    }
}