Notice Information
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
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/c50f2536-a499-4227-abb8-6228a82168ce
27th April 2026 - Opportunity notice on Contracts Finder
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-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"
}
}