Tender

Cybersecurity Managed Services Provision

ISLINGTON & SHOREDITCH HOUSING ASSOCIATION LIMITED

This public procurement record has 1 release in its history.

Tender

09 Feb 2026 at 15:03

Summary of the contracting process

The Islington & Shoreditch Housing Association Limited, a sub-central government authority based in London, UK, has initiated a procurement process for the provision of Cybersecurity Managed Services. The tender, identified as Cybersec2026, falls under the industry category of computer-related professional services and is part of the Crown Commercial Service Dynamic Purchasing System Cyber Security Services 3 (RM3764.3). This competitive flexible procedure demands open procurement, allowing only suppliers registered under the relevant service categories to partake. Key services involved include security assessments, incident response, managed detection and response, and specialist cyber consultancy, all of which must adhere to applicable legislation and standards. Suppliers are invited to submit their tenders electronically until 6 March 2026, with an enquiry period closing on 23 February 2026.

This contract offers significant growth opportunities for businesses specialising in cybersecurity and IT services, particularly those with experience in managed security services, cybersecurity consultancy, and incident management. The procurement value stands at £750,000 gross (or £625,000 net valuation), and the contract will span initially three years, extendable up to five years. Suitable for small and medium-sized enterprises (SMEs), the contract requires demonstrable experience, capability, and adherence to high quality and security standards. The evaluation will be heavily weighted towards quality, with 70% of the scoring based on technical merit and methodology, providing a robust platform for businesses aiming to establish or expand their foothold within public sector cybersecurity services.

How relevant is this notice?

Notice Information

Notice Title

Cybersecurity Managed Services Provision

Notice Description

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).

Lot Information

Lot 1

Renewal: 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. Extensions may be used where: The Supplier's performance remains satisfactory, as demonstrated through contract management reviews, KPIs, and service delivery standards; Continuing with the incumbent Supplier represents value for money, taking into account cost, quality, market conditions, and the Authority's ongoing operational requirements; There is a continued business need for the services and extending the contract supports continuity and avoids unnecessary disruption to service delivery; Any changes in scope remain within the limits permitted by the Procurement Act 2023 and do not materially alter the nature of the original procurement. Where both optional extensions are exercised, they may be applied individually or consecutively, depending on the needs of the Authority at the relevant time.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-064b5e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011458-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Dynamic
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72590000 - Computer-related professional services

Notice Value(s)

Tender Value
£625,000 £500K-£1M
Lots Value
£625,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Feb 2026Today
Submission Deadline
6 Mar 20264 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Apr 2026 - 30 Apr 2029 3-4 years
Recurrence
Not specified

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
ISLINGTON & SHOREDITCH HOUSING ASSOCIATION LIMITED
Contact Name
Not specified
Contact Email
ict.procurement@isha.co.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
N4 2DR
Post Town
North London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI43 Haringey and Islington
Delivery Location
TLI London

Local Authority
Islington
Electoral Ward
Finsbury Park
Westminster Constituency
Islington North

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-064b5e-2026-02-09T15:03:44Z",
    "date": "2026-02-09T15:03:44Z",
    "ocid": "ocds-h6vhtk-064b5e",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-IP11614R",
            "name": "ISLINGTON & SHOREDITCH HOUSING ASSOCIATION LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "IP11614R"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PCRP-6975-RRZP"
                }
            ],
            "address": {
                "streetAddress": "102 Blackstock Road",
                "locality": "London",
                "postalCode": "N4 2DR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI43"
            },
            "contactPoint": {
                "email": "ICT.Procurement@isha.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.isha.co.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-IP11614R",
        "name": "ISLINGTON & SHOREDITCH HOUSING ASSOCIATION LIMITED"
    },
    "tender": {
        "id": "Cybersec2026",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Cybersecurity Managed Services Provision",
        "description": "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).",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72590000",
                        "description": "Computer-related professional services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 750000,
            "amount": 625000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "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."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "All tender submissions will be made 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": "2026-03-06T16:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-23T23:59:59Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-13T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 750000,
                    "amount": 625000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Quality will be evaluated through a series of scored assessment questions covering: Technical merit and methodology - the supplier's proposed approach to delivering the required cyber security services, including clarity, robustness, and suitability of the solution. Experience and capability - relevant organisational capability and demonstrable experience delivering similar services. Service delivery and implementation - approach to mobilisation, service management, incident handling, reporting, and continuous improvement. Risk management and security assurance - how risks will be identified, managed and mitigated, including adherence to relevant standards and certifications. Each quality criterion will be weighted and scored as set out in the Invitation to Tender.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Price will be evaluated based on the total evaluated cost of the proposed solution as specified in the pricing schedule. The lowest-priced compliant bid will receive full marks, with other bids scored proportionately using a standard cost-evaluation formula.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2029-04-30T23:59:59+01:00",
                    "maxExtentDate": "2031-04-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "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. Extensions may be used where: The Supplier's performance remains satisfactory, as demonstrated through contract management reviews, KPIs, and service delivery standards; Continuing with the incumbent Supplier represents value for money, taking into account cost, quality, market conditions, and the Authority's ongoing operational requirements; There is a continued business need for the services and extending the contract supports continuity and avoids unnecessary disruption to service delivery; Any changes in scope remain within the limits permitted by the Procurement Act 2023 and do not materially alter the nature of the original procurement. Where both optional extensions are exercised, they may be applied individually or consecutively, depending on the needs of the Authority at the relevant time."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "011458-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/011458-2026",
                "datePublished": "2026-02-09T15:03:44Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}