{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-064b5e-2026-03-20T17:16:26Z",
    "date": "2026-03-20T17:16:26Z",
    "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"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-OC454533",
            "name": "GRANT THORNTON UK ADVISORY & TAX LLP",
            "identifier": {
                "scheme": "GB-COH",
                "id": "OC454533"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PPLQ-5161-PCVN"
                }
            ],
            "address": {
                "streetAddress": "8 Finsbury Circus",
                "locality": "London",
                "postalCode": "EC2M 7EA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "contactPoint": {
                "email": "publicsector.bids@uk.gt.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.grantthornton.co.uk",
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "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": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72590000",
                        "description": "Computer-related professional services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "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 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"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-25T23:59:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-18T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "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"
                                }
                            ]
                        },
                        {
                            "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"
            },
            {
                "id": "012568-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/012568-2026",
                "datePublished": "2026-02-11T16:13:29Z",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "012568-2026",
                "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."
            }
        ]
    },
    "language": "en",
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Cybersecurity Managed Services",
            "status": "pending",
            "date": "2026-03-19T00:00:00Z",
            "value": {
                "amountGross": 750000,
                "amount": 625000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-OC454533",
                    "name": "GRANT THORNTON UK ADVISORY & TAX LLP"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "72590000",
                            "description": "Computer-related professional services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKC",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKD",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKE",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKF",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKG",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKH",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKI",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKJ",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-03-31T23:59:59+01:00"
            },
            "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."
            },
            "hasOptions": true,
            "options": {
                "description": "Call off Consultancy for Security activities The Authority requires an allowance within the service of up to 100 hours per year to be used for security related activities, including but not limited to: * Advisory services in relation to cybersecurity compliance * Advice and implementation services in regard to enhanced or additional cybersecurity tools * Security certification support * Networking implementation * Review and hardening of components"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "025982-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/025982-2026",
                    "datePublished": "2026-03-20T17:16:26Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-03-20T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-04-01T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        }
    ]
}