← Back to opportunities

Facilities Management Provision

Home Office

Buyer Contact Info

Buyer Name: Home Office

Buyer Address: 2 Marsham Street, London, UKI32, SW1P 4DF, United Kingdom

Contact Email: collectiveaccommodationplanning@homeoffice.gov.uk

Status
complete
Procedure
direct
Value
4475602.43 GBP
Published
06 Jan 2026, 14:36
Deadline
n/a
Contract Start
08 Dec 2025, 00:00
Contract End
07 Dec 2026, 23:59
Category
n/a
CPV
50700000 - Repair and maintenance services of building installations
Region
n/a
Awarded To
LANDMARC SUPPORT SERVICES LIMITED
Official Source
Open Find a Tender

Description

This is for the provision of comprehensive hard and limited soft FM services related to site maintenance at a MOD Property including, planned and reactive maintenance, handyman services, grounds maintenance, pest control and some other services.

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot 1 Status: complete

Documents

Document Description: Not published

Raw Notice JSON

Expand raw payload
{
  "awards": [
    {
      "id": "1",
      "items": [
        {
          "additionalClassifications": [
            {
              "description": "Repair and maintenance services of building installations",
              "id": "50700000",
              "scheme": "CPV"
            },
            {
              "description": "Grounds maintenance services",
              "id": "77314000",
              "scheme": "CPV"
            },
            {
              "description": "Drainage works",
              "id": "45232452",
              "scheme": "CPV"
            },
            {
              "description": "Refuse collection services",
              "id": "90511000",
              "scheme": "CPV"
            },
            {
              "description": "Customer services",
              "id": "79342300",
              "scheme": "CPV"
            },
            {
              "description": "Cleaning services",
              "id": "90910000",
              "scheme": "CPV"
            },
            {
              "description": "Erection of fencing",
              "id": "45342000",
              "scheme": "CPV"
            },
            {
              "description": "Overhaul and refurbishment work",
              "id": "45453000",
              "scheme": "CPV"
            }
          ],
          "id": "1",
          "relatedLot": "1"
        }
      ],
      "mainProcurementCategory": "services",
      "relatedLots": [
        "1"
      ],
      "status": "active",
      "suppliers": [
        {
          "id": "GB-COH-04396241",
          "name": "LANDMARC SUPPORT SERVICES LIMITED"
        }
      ]
    }
  ],
  "buyer": {
    "id": "GB-PPON-PWGC-6513-PQLZ",
    "name": "Home Office"
  },
  "contracts": [
    {
      "aboveThreshold": true,
      "agreedMetrics": [
        {
          "description": "This KPI measures the supplier\u0027s ability to respond to critical and emergency maintenance requests (Categories A and B) within the required response times. It focuses on ensuring that qualified personnel attend the incident promptly, make the situation safe, and aim for a first-time fix to minimise health and safety risks.",
          "id": "1",
          "observations": [
            {
              "id": "frequency",
              "period": {
                "durationInMonths": 1
              }
            }
          ],
          "title": "KPI1 \u2013 Reactive Maintenance"
        },
        {
          "description": "This KPI measures the supplier\u0027s ability to permanently resolve reactive maintenance work orders in Categories C and D within the specified rectification and completion times.",
          "id": "2",
          "observations": [
            {
              "id": "frequency",
              "period": {
                "durationInMonths": 1
              }
            }
          ],
          "title": "KPI2 \u2013 Reactive Maintenance"
        },
        {
          "description": "This KPI tracks the supplier\u0027s ability to minimise unplanned return visits caused by incomplete resolution of the primary fault during the first visit. It excludes planned multi-stage works, statutory compliance steps, and client-requested changes.",
          "id": "3",
          "observations": [
            {
              "id": "frequency",
              "period": {
                "durationInMonths": 1
              }
            }
          ],
          "title": "KPI 3 - Unplanned Re-attendance"
        },
        {
          "description": "This KPI measures how effectively the supplier completes all Planned Preventive Maintenance (PPM) tasks within the agreed service period. The expectation is that every scheduled maintenance task is finished on or before its due date during the service period.",
          "id": "4",
          "observations": [
            {
              "id": "frequency",
              "period": {
                "durationInMonths": 1
              }
            }
          ],
          "title": "KPI 4 - Planned Preventative Maintenance (PPM) Timeliness"
        }
      ],
      "awardID": "1",
      "dateSigned": "2025-12-08T00:00:00+00:00",
      "documents": [
        {
          "datePublished": "2026-01-06T14:36:47Z",
          "description": "Contract details notice on Find a Tender",
          "documentType": "contractNotice",
          "format": "text/html",
          "id": "000717-2026",
          "noticeType": "UK7",
          "url": "https://www.find-tender.service.gov.uk/Notice/000717-2026"
        }
      ],
      "id": "1",
      "period": {
        "endDate": "2026-12-07T23:59:59+00:00",
        "startDate": "2025-12-08T00:00:00+00:00"
      },
      "status": "active",
      "value": {
        "amount": 4475602.43,
        "amountGross": 5370722.91,
        "currency": "GBP"
      }
    }
  ],
  "date": "2026-01-06T14:36:47Z",
  "id": "000717-2026",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05e7d9",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "SW1P 4DF",
        "region": "UKI32",
        "streetAddress": "2 Marsham Street"
      },
      "contactPoint": {
        "email": "collectiveaccommodationplanning@homeoffice.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PWGC-6513-PQLZ",
      "identifier": {
        "id": "PWGC-6513-PQLZ",
        "scheme": "GB-PPON"
      },
      "name": "Home Office",
      "roles": [
        "buyer"
      ]
    },
    {
      "additionalIdentifiers": [
        {
          "id": "PBWR-4733-PVWP",
          "scheme": "GB-PPON"
        }
      ],
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "SE1 9SG",
        "region": "UKI44",
        "streetAddress": "Level 12, The Shard, 32 London Bridge Street"
      },
      "contactPoint": {
        "email": "enquiries@landmarcsolutions.com"
      },
      "details": {
        "publicServiceMissionOrganization": false,
        "scale": "large",
        "shelteredWorkshop": false,
        "vcse": false
      },
      "id": "GB-COH-04396241",
      "identifier": {
        "id": "04396241",
        "scheme": "GB-COH"
      },
      "name": "LANDMARC SUPPORT SERVICES LIMITED",
      "roles": [
        "supplier"
      ]
    }
  ],
  "tag": [
    "award",
    "contract"
  ],
  "tender": {
    "description": "This is for the provision of comprehensive hard and limited soft FM services related to site maintenance at a MOD Property including, planned and reactive maintenance, handyman services, grounds maintenance, pest control and some other services.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      }
    ],
    "id": "Project 19703",
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "id": "1",
        "status": "complete"
      }
    ],
    "procurementMethod": "direct",
    "procurementMethodDetails": "Direct award",
    "procurementMethodRationale": "The site related to the contract is an existing MOD Property, which the Home Office will occupy for a limited 12-month duration. Landmarc is the current facilities management provider for this property, and due to technical reasons associated with continuity of service and existing site-specific arrangements, only Landmarc can deliver the required services within this timeframe. There are no reasonable alternatives that can provide the necessary services without disrupting operations during this short-term occupancy. The drivers for this have been outlined below. \n1. Security and System Integration\nLandmarc\u2019s CAFM system is already operational across the Defence Estate and configured to meet MoD security standards, including compliance with JSP 440, DEFCON 659A, and DEFSTAN 05-138. Transitioning to a new supplier would require:\n\tReimplementation of ICT services including: \n-\tRebuilding system interfaces to meet MoD specifications.\n-\tRevalidating software against BS EN ISO 9001 quality standards.\n-\tReassigning intellectual property rights and ensuring compatibility with MoD-owned software and systems.\n\tSecurity vetting and onboarding of new supplier staff, including: \n-\tSC clearance.\n-\tCompliance with the Official Secrets Acts 1911\u20131989.\n-\tPhysical and communications security protocols.\n\tA minimum 28-week mobilisation period to implement and test secure ICT environments, including cyber risk assessments and assurance questionnaires under DEFSTAN 05-138. \n2. Existing Site Knowledge and Infrastructure\nLandmarc has long-standing operational knowledge of the site, including its ageing and non-standard construction. Their familiarity with:\n-\tLegacy infrastructure (e.g. vulnerable boilers, bespoke systems).\n-\tHistorical maintenance records and asset data.\n-\tSite-specific access restrictions and MoD protocols.\n This familiarity enables them to deliver services with reduced risk of failure or non-compliance. A new supplier would require extensive surveys and onboarding, increasing the risk of service disruption and liability for asset degradation.\n3.  Landmarc operates to MoD standards and is contractually bound to maintain:\n-\tSecure handling of Official-Sensitive information (excluding Secret material).\n-\tCompliance with MoD cyber security protocols and reporting obligations.\n-\tFull traceability of staff access and vetting records, including SC clearance.\n-\tSeamless data continuity and handover processes aligned with MoD expectations.\nData continuity and handover involves:\n-\tAssignment of intellectual property rights and licences to ensure uninterrupted access to systems and data.\n-\tMaintenance of a secure ICT environment and rolling maintenance schedule to avoid data loss or corruption.\n-\tCompliance with open standards and readiness for open-source publication where required.\n-\tPreservation of MoD Identifiable Information for up to 6 years post-contract for audit and continuity.\nAs the incumbent supplier is being retained, there will be no gap in data records or system continuity during the Home Office\u2019s 12-month occupancy of the site. This ensures the site remains compliant and ready for return to MoD control without degradation of standards or data loss.\n4. Operational Efficiency and Risk Mitigation\nRetaining Landmarc avoids:\n\tDuplication of mobilisation activities such as: \n-\tInitial site surveys (typically 4\u20136 weeks).\n-\tAsset register creation (8\u201312 weeks depending on site complexity).\n-\tSystem configuration and testing (12\u201316 weeks).\n-\tSecurity vetting and onboarding (minimum 6\u20138 weeks for SC clearance).\n\tRisks associated with onboarding a new supplier unfamiliar with MoD protocols and site-specific constraints.\n\tPotential delays in service delivery due to ICT integration, cyber assurance, and physical security compliance.\nLandmarc\u2019s embedded systems and trained personnel ensure uninterrupted service delivery and compliance with all contractual obligations under RM6155.",
    "procurementMethodRationaleClassifications": [
      {
        "id": "singleSuppliersTechnicalReasons"
      }
    ],
    "status": "complete",
    "title": "Facilities Management Provision"
  }
}