Planning

DHS Systems Solution

DEFENCE INFRASTRUCTURE ORGANISATION

This public procurement record has 1 release in its history.

Planning

30 Jan 2026 at 11:05

Summary of the contracting process

The Defence Infrastructure Organisation (DIO), acting as the buying organisation, is in the planning stage of procuring a cloud-based software platform to support its Serviced Family Accommodation (SFA) Programme. This initiative, titled "DHS Systems Solution," focuses on delivering an integrated end-to-end housing solution in the services industry category across the United Kingdom. Located in Lichfield, DIO aims to streamline housing management for Service families, part of nearly 49,000 homes. The procurement is under the planning stage as of 30 January 2026, with a key milestone including an Expression of Interest due by 1 August 2026. The eventual system implementation is expected to start on 31 March 2029 and run through to 1 April 2039.

This procurement presents significant opportunities for businesses specialising in system management software development services, particularly those with experience in working with UK Housing Associations or Social Housing providers. It is an ideal opportunity for companies that offer flexible, scalable solutions and seek to contribute to a high-value project, with a gross budget of £66 million. Small and medium enterprises (SMEs) with innovative platforms that can be easily tailored and integrated into existing systems, allowing for omni-channel engagement and family self-service, would be well-suited to compete in this tender. The required solution aims for a long-term vision, offering potential for sustained business growth over a 10-year system lifespan.

How relevant is this notice?

Notice Information

Notice Title

DHS Systems Solution

Notice Description

The Ministry of Defence (The Authority) is developing its requirement for an end to end cloud-base software platform to support its Serviced Family Accommodation (SFA) Programme. The Service Family Accommodation (SFA) Programme is a nationwide programme delivered by the Defence Infrastructure Organisation to provide safe, compliant and high-quality housing for Service personnel and their families across the UK. The programme comprises around 49,000 homes, forming one of the largest and most diverse residential property portfolios in the public sector, with significant variation in property age, type and condition. Its scope includes responsive and planned maintenance, upgrades, compliance with statutory and MOD standards and targeted investment to improve condition, safety and sustainability. The programme aligns with the recently published Defence Housing Strategy, which sets out a long-term vision to improve the lived experience for Service families and support recruitment and retention. As part of this strategy, Defence is transitioning to Defence Housing Services (DHS), (or use Authority instead of DHS) creating a more integrated and customer-focused housing delivery model that brings together accommodation management, maintenance and assurance under a single approach. The requirement is for a platform that is envisaged to be an End to End solution. It is required to manage all the key business processes delivered by a typical Housing Association. The Authority is looking for flexibility and future-proofing with a likely 10 year system lifespan. As such the Authority is keen for minimisation of vendor dependency and is looking for freedom to independently evolve the solution post-implementation. It is envisaged that the platform will need to meet the following key capabilities: * A Family-centric design allowing for a single view of the family / household that brings together occupancies, properties, repairs, allocations, complaints, vulnerability indicators and communications processes in one place. * Functionality and access for families, back office roles, and field operatives * Case management (the ability to group and manage different tasks as a single case) as a core capability. * The ability for configuration over custom development. Allow for processes, workflows, screens, data fields and business rules to be configured using low-code/no-code tools, and how the Authority could adapt the system over time without heavy supplier dependence. * Omni-channel engagement: Ability for cases to be created and managed across multiple channels (e.g. phone, email, web forms, portal, messaging) with a consistent experience for families. * Family self-service: A configurable digital portal that allows families to raise requests, track progress, receive updates and communicate with the Authority, without requiring separate systems. * Integration: A platform that is designed to integrate easily with finance systems, document management, telephony and other specialist housing or corporate systems. * Reporting and insight: Embedded, real-time reporting and dashboards that operational users and managers can configure themselves, without reliance on external or complex BI tools for day-to-day insight. * Security, compliance and resilience: Ability for role-based access control, audit trails, data protection controls and compliance with UK public-sector security standards. * Upgrade and change model: Ability for upgrades and change to be delivered, without disruption, regression testing or bespoke redevelopment. * Evidence of supplier's experience in successfully delivering the information systems required for the effective operation of UK Housing Associations or Social Housing providers. Ideally with a history of working with multiple UK Housing Associations or Social Housing providers.

Planning Information

Expression of Interest or any clarification questions should be submitted via email to: DIO Comrcl-Major-Programmes (MULTIUSER) DIOComrcl-Major-Programmes@mod.gov.uk The Authority is keen to hear from suppliers who have a proven solution which could be integrated into the Authority to assist in meeting its SFA requirement. The Authorities expectation is that any future requirement will be fulfilled by an extant solution/platform, as opposed to a full design and build cycle, however the Authority is open to innovative ideas in support of this requirement. The Authority is maturing its Preliminary Market Engagement (PME) Strategy and therefore submitting an expression of interest does not guarantee that the Authority will engage directly with you in further PME discussions however information received will help inform the Authorities future procurement activity. It is probable that the Authority will wish to hold further engagement with a select group of responders, which will likely include an opportunity for software demonstration.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0612bc
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008357-2026
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72212781 - System management software development services

Notice Value(s)

Tender Value
£55,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Jan 20261 weeks ago
Submission Deadline
Not specified
Future Notice Date
1 Dec 202610 months to go
Award Date
Not specified
Contract Period
30 Mar 2029 - 1 Apr 2039 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
DEFENCE INFRASTRUCTURE ORGANISATION
Contact Name
Not specified
Contact Email
diocomrcl-major-programmes@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LICHFIELD
Postcode
WS14 9PY
Post Town
Walsall
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG2 Shropshire and Staffordshire
Small Region (ITL 3)
TLG24 Staffordshire CC
Delivery Location
Not specified

Local Authority
Lichfield
Electoral Ward
Whittington & Streethay
Westminster Constituency
Tamworth

Further Information

Notice Documents

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-h6vhtk-0612bc-2026-01-30T11:05:41Z",
    "date": "2026-01-30T11:05:41Z",
    "ocid": "ocds-h6vhtk-0612bc",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PPWG-8368-RJMG",
            "name": "Defence Infrastructure Organisation",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PPWG-8368-RJMG"
            },
            "address": {
                "streetAddress": "St George's House, DMS Whittington",
                "locality": "Lichfield",
                "postalCode": "WS149PY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG24"
            },
            "contactPoint": {
                "email": "DIOComrcl-Major-Programmes@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PPWG-8368-RJMG",
        "name": "Defence Infrastructure Organisation"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Expression of Interest or any clarification questions should be submitted via email to: DIO Comrcl-Major-Programmes (MULTIUSER) DIOComrcl-Major-Programmes@mod.gov.uk The Authority is keen to hear from suppliers who have a proven solution which could be integrated into the Authority to assist in meeting its SFA requirement. The Authorities expectation is that any future requirement will be fulfilled by an extant solution/platform, as opposed to a full design and build cycle, however the Authority is open to innovative ideas in support of this requirement. The Authority is maturing its Preliminary Market Engagement (PME) Strategy and therefore submitting an expression of interest does not guarantee that the Authority will engage directly with you in further PME discussions however information received will help inform the Authorities future procurement activity. It is probable that the Authority will wish to hold further engagement with a select group of responders, which will likely include an opportunity for software demonstration.",
                "dueDate": "2026-08-01T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "008357-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/008357-2026",
                "datePublished": "2026-01-30T11:05:41Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-0612bc",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "DHS Systems Solution",
        "description": "The Ministry of Defence (The Authority) is developing its requirement for an end to end cloud-base software platform to support its Serviced Family Accommodation (SFA) Programme. The Service Family Accommodation (SFA) Programme is a nationwide programme delivered by the Defence Infrastructure Organisation to provide safe, compliant and high-quality housing for Service personnel and their families across the UK. The programme comprises around 49,000 homes, forming one of the largest and most diverse residential property portfolios in the public sector, with significant variation in property age, type and condition. Its scope includes responsive and planned maintenance, upgrades, compliance with statutory and MOD standards and targeted investment to improve condition, safety and sustainability. The programme aligns with the recently published Defence Housing Strategy, which sets out a long-term vision to improve the lived experience for Service families and support recruitment and retention. As part of this strategy, Defence is transitioning to Defence Housing Services (DHS), (or use Authority instead of DHS) creating a more integrated and customer-focused housing delivery model that brings together accommodation management, maintenance and assurance under a single approach. The requirement is for a platform that is envisaged to be an End to End solution. It is required to manage all the key business processes delivered by a typical Housing Association. The Authority is looking for flexibility and future-proofing with a likely 10 year system lifespan. As such the Authority is keen for minimisation of vendor dependency and is looking for freedom to independently evolve the solution post-implementation. It is envisaged that the platform will need to meet the following key capabilities: * A Family-centric design allowing for a single view of the family / household that brings together occupancies, properties, repairs, allocations, complaints, vulnerability indicators and communications processes in one place. * Functionality and access for families, back office roles, and field operatives * Case management (the ability to group and manage different tasks as a single case) as a core capability. * The ability for configuration over custom development. Allow for processes, workflows, screens, data fields and business rules to be configured using low-code/no-code tools, and how the Authority could adapt the system over time without heavy supplier dependence. * Omni-channel engagement: Ability for cases to be created and managed across multiple channels (e.g. phone, email, web forms, portal, messaging) with a consistent experience for families. * Family self-service: A configurable digital portal that allows families to raise requests, track progress, receive updates and communicate with the Authority, without requiring separate systems. * Integration: A platform that is designed to integrate easily with finance systems, document management, telephony and other specialist housing or corporate systems. * Reporting and insight: Embedded, real-time reporting and dashboards that operational users and managers can configure themselves, without reliance on external or complex BI tools for day-to-day insight. * Security, compliance and resilience: Ability for role-based access control, audit trails, data protection controls and compliance with UK public-sector security standards. * Upgrade and change model: Ability for upgrades and change to be delivered, without disruption, regression testing or bespoke redevelopment. * Evidence of supplier's experience in successfully delivering the information systems required for the effective operation of UK Housing Associations or Social Housing providers. Ideally with a history of working with multiple UK Housing Associations or Social Housing providers.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72212781",
                        "description": "System management software development services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 66000000,
            "amount": 55000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2029-03-31T00:00:00+01:00",
                    "endDate": "2039-04-01T23:59:59+01:00"
                },
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-12-01T23:59:59+00:00"
        },
        "status": "planning"
    },
    "language": "en"
}