Buyer Name: ISLINGTON & SHOREDITCH HOUSING ASSOCIATION LIMITED
Buyer Address: 102 Blackstock Road, London, UKI43, N4 2DR, United Kingdom
Contact Email: ICT.Procurement@isha.co.uk
Buyer Name: ISLINGTON & SHOREDITCH HOUSING ASSOCIATION LIMITED
Buyer Address: 102 Blackstock Road, London, UKI43, N4 2DR, United Kingdom
Contact Email: ICT.Procurement@isha.co.uk
The Authority is procuring cyber security services to support the organisation's security posture, operational resilience, and ability to prevent, detect, respond to, and recover from cyber threats. The required services may include, but are not limited to: Security assessment services, including IT health checks and vulnerability assessments; Incident response and threat management services, including cyber incident handling, threat intelligence and business continuity support; Managed security services, such as managed detection and response (MDR), Security Operations Centre (SOC) services, and continuous monitoring; Specialist cyber consultancy, including risk assessment, security architecture, cyber maturity analysis, security strategy, policy development and transformation activities. These services must be delivered by suppliers admitted to the Crown Commercial Service Dynamic Purchasing System Cyber Security Services 3 (RM3764.3) and selected through the appropriate DPS filtering options. The volume, mix, and scope of services will depend on the Authority's ongoing operational and security requirements over the life of the contract. Suppliers must ensure all services are delivered in accordance with relevant industry standards, applicable legislation, and any required cyber security certifications (including those required by the DPS filters).
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/012568-2026
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value: GBP 625,000
Lot 1 Value (Gross): GBP 750,000
Lot 1 Contract Start: 2026-05-01T00:00:00+01:00
Lot 1 Contract End: 2029-04-30T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Quality (70%)
Lot 1 Award Criterion (price): Price (30%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-COH-IP11614R",
"name": "ISLINGTON \u0026 SHOREDITCH HOUSING ASSOCIATION LIMITED"
},
"date": "2026-02-11T16:13:29Z",
"id": "012568-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-064b5e",
"parties": [
{
"additionalIdentifiers": [
{
"id": "PCRP-6975-RRZP",
"scheme": "GB-PPON"
}
],
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "N4 2DR",
"region": "UKI43",
"streetAddress": "102 Blackstock Road"
},
"contactPoint": {
"email": "ICT.Procurement@isha.co.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://www.isha.co.uk"
},
"id": "GB-COH-IP11614R",
"identifier": {
"id": "IP11614R",
"scheme": "GB-COH"
},
"name": "ISLINGTON \u0026 SHOREDITCH HOUSING ASSOCIATION LIMITED",
"roles": [
"buyer"
]
}
],
"tag": [
"tenderUpdate"
],
"tender": {
"aboveThreshold": true,
"amendments": [
{
"description": "The tender submission date, questions deadline and contract award date have been changed as the competition carried out via the CCS framework was completed on 11th February, not 9th February as originally planned. This allows 25 days for supplier submissions.",
"id": "012568-2026"
}
],
"awardPeriod": {
"endDate": "2026-03-18T23:59:59Z"
},
"description": "The Authority is procuring cyber security services to support the organisation\u0027s security posture, operational resilience, and ability to prevent, detect, respond to, and recover from cyber threats.\nThe required services may include, but are not limited to:\nSecurity assessment services, including IT health checks and vulnerability assessments;\nIncident response and threat management services, including cyber incident handling, threat intelligence and business continuity support;\nManaged security services, such as managed detection and response (MDR), Security Operations Centre (SOC) services, and continuous monitoring;\nSpecialist cyber consultancy, including risk assessment, security architecture, cyber maturity analysis, security strategy, policy development and transformation activities.\nThese services must be delivered by suppliers admitted to the Crown Commercial Service Dynamic Purchasing System Cyber Security Services 3 (RM3764.3) and selected through the appropriate DPS filtering options. The volume, mix, and scope of services will depend on the Authority\u0027s ongoing operational and security requirements over the life of the contract.\nSuppliers must ensure all services are delivered in accordance with relevant industry standards, applicable legislation, and any required cyber security certifications (including those required by the DPS filters).",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2026-02-11T16:13:29Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "012568-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/012568-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-02-25T23:59:00Z"
},
"id": "Cybersec2026",
"items": [
{
"additionalClassifications": [
{
"description": "Computer-related professional services",
"id": "72590000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Quality will be evaluated through a series of scored assessment questions covering:\nTechnical merit and methodology - the supplier\u0027s proposed approach to delivering the required cyber security services, including clarity, robustness, and suitability of the solution.\nExperience and capability - relevant organisational capability and demonstrable experience delivering similar services.\nService delivery and implementation - approach to mobilisation, service management, incident handling, reporting, and continuous improvement.\nRisk management and security assurance - how risks will be identified, managed and mitigated, including adherence to relevant standards and certifications.\nEach quality criterion will be weighted and scored as set out in the Invitation to Tender.",
"name": "Quality",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Price will be evaluated based on the total evaluated cost of the proposed solution as specified in the pricing schedule. The lowest\u2011priced compliant bid will receive full marks, with other bids scored proportionately using a standard cost\u2011evaluation formula.",
"name": "Price",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2029-04-30T23:59:59+01:00",
"maxExtentDate": "2031-04-30T23:59:59+01:00",
"startDate": "2026-05-01T00:00:00+01:00"
},
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "The contract will be awarded for an initial term of three (3) years, with the option to extend by up to two (2) additional periods of twelve (12) months each, up to a maximum total contract duration of five (5) years.\nExtensions may be used where:\nThe Supplier\u0027s performance remains satisfactory, as demonstrated through contract management reviews, KPIs, and service delivery standards;\nContinuing with the incumbent Supplier represents value for money, taking into account cost, quality, market conditions, and the Authority\u0027s ongoing operational requirements;\nThere is a continued business need for the services and extending the contract supports continuity and avoids unnecessary disruption to service delivery;\nAny changes in scope remain within the limits permitted by the Procurement Act 2023 and do not materially alter the nature of the original procurement.\nWhere both optional extensions are exercised, they may be applied individually or consecutively, depending on the needs of the Authority at the relevant time."
},
"status": "active",
"suitability": {
"sme": true
},
"value": {
"amount": 625000,
"amountGross": 750000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "This procurement is being conducted under the Crown Commercial Service Dynamic Purchasing System Cyber Security Services 3 (RM3764.3). Only suppliers admitted to the DPS in the relevant service categories may participate in the competition."
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"status": "active",
"submissionMethodDetails": "All tender submissions will be made as per the instructions sent to suppliers shortlisted through the Crown Commercial Service DPS Marketplace (https://supplierregistration.cabinetoffice.gov.uk) as part of the Cyber Security Services 3 DPS (RM3764.3) competition process.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-03-09T16:00:00Z"
},
"title": "Cybersecurity Managed Services Provision",
"value": {
"amount": 625000,
"amountGross": 750000,
"currency": "GBP"
}
}
}