Award

Facilities Management Provision

THE SECRETARY OF STATE FOR THE HOME DEPARTMENT

This public procurement record has 3 releases in its history.

AwardUpdate

25 Nov 2025 at 14:46

Award

25 Nov 2025 at 09:09

Award

24 Nov 2025 at 17:43

Summary of the contracting process

The Secretary of State for the Home Department has undertaken a procurement process through direct award for the provision of facilities management services at a Ministry of Defence (MoD) property. This project, titled "Facilities Management Provision", involves a comprehensive suite of services such as maintenance, handyman services, and pest control. The location for this contract is in the United Kingdom, with services requiring adherence to established MoD security and operational standards. This procurement has progressed to the award stage as of 25th November 2025, with the contract slated to run from 5th December 2025 to 4th December 2026. The buyer, identified within the central government category, completed this procurement directly with Landmarc Support Services Limited, leveraging their existing role to ensure continuity and mitigate risks of service disruption.

This tender presents significant business opportunities within the facilities management sector, specifically for companies capable of delivering high-security and technically complex services in compliance with MoD standards. The contract, valued at over £4 million, showcases the potential for growth within the industry for businesses that possess a deep understanding of military property requirements and can maintain continuity without service interruption. The market for companies like Landmarc, with extensive background in handling secure and sensitive environments, remains robust, offering ongoing demand for experienced suppliers in the area of governmental and defence property management. The direct award approach underscores a specialized opportunity for those with pre-established competencies and operational frameworks within this niche.

How relevant is this notice?

Notice Information

Notice Title

Facilities Management Provision

Notice 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].

Procurement Information

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. 1. Security and System Integration Landmarc's 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: Reimplementation of ICT services including: - Rebuilding system interfaces to meet MoD specifications. - Revalidating software against BS EN ISO 9001 quality standards. - Reassigning intellectual property rights and ensuring compatibility with MoD-owned software and systems. Security vetting and onboarding of new supplier staff, including: - SC clearance. - Compliance with the Official Secrets Acts 1911-1989. - Physical and communications security protocols. A minimum 28-week mobilisation period to implement and test secure ICT environments, including cyber risk assessments and assurance questionnaires under DEFSTAN 05-138. 2. Existing Site Knowledge and Infrastructure Landmarc has long-standing operational knowledge of the site, including its ageing and non-standard construction. Their familiarity with: - Legacy infrastructure (e.g. vulnerable boilers, bespoke systems). - Historical maintenance records and asset data. - Site-specific access restrictions and MoD protocols. 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. 3. Landmarc operates to MoD standards and is contractually bound to maintain: - Secure handling of Official-Sensitive information (excluding Secret material). - Compliance with MoD cyber security protocols and reporting obligations. - Full traceability of staff access and vetting records, including SC clearance. - Seamless data continuity and handover processes aligned with MoD expectations. Data continuity and handover involves: - Assignment of intellectual property rights and licences to ensure uninterrupted access to systems and data. - Maintenance of a secure ICT environment and rolling maintenance schedule to avoid data loss or corruption. - Compliance with open standards and readiness for open-source publication where required. - Preservation of MoD Identifiable Information for up to 6 years post-contract for audit and continuity. As the incumbent supplier is being retained, there will be no gap in data records or system continuity during the Home Office's 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. 4. Operational Efficiency and Risk Mitigation Retaining Landmarc avoids: Duplication of mobilisation activities such as: - Initial site surveys (typically 4-6 weeks). - Asset register creation (8-12 weeks depending on site complexity). - System configuration and testing (12-16 weeks). - Security vetting and onboarding (minimum 6-8 weeks for SC clearance). Risks associated with onboarding a new supplier unfamiliar with MoD protocols and site-specific constraints. Potential delays in service delivery due to ICT integration, cyber assurance, and physical security compliance. Landmarc's embedded systems and trained personnel ensure uninterrupted service delivery and compliance with all contractual obligations under RM6155.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05e7d9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/076918-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK5 - Transparency Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Direct
Procurement Method Details
Direct award
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

50 - Repair and maintenance services

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

45232452 - Drainage works

45342000 - Erection of fencing

45453000 - Overhaul and refurbishment work

50700000 - Repair and maintenance services of building installations

77314000 - Grounds maintenance services

79342300 - Customer services

90511000 - Refuse collection services

90910000 - Cleaning services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£4,475,602 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
25 Nov 20251 weeks ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
15 Oct 20251 months ago
Contract Period
5 Dec 2025 - 4 Dec 2026 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
THE SECRETARY OF STATE FOR THE HOME DEPARTMENT
Additional Buyers

HOME OFFICE

Contact Name
Not specified
Contact Email
collectiveaccommodationplanning@homeoffice.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1P 4DF
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

LANDMARC SUPPORT SERVICES

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-05e7d9-2025-11-25T14:46:30Z",
    "date": "2025-11-25T14:46:30Z",
    "ocid": "ocds-h6vhtk-05e7d9",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PWGC-6513-PQLZ",
            "name": "The Secretary of State for the Home Department",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWGC-6513-PQLZ"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "collectiveaccommodationplanning@homeoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-04396241",
            "name": "LANDMARC SUPPORT SERVICES LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "04396241"
            },
            "address": {
                "streetAddress": "Level 12, The Shard, 32 London Bridge Street",
                "locality": "London",
                "postalCode": "SE1 9SG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI44"
            },
            "contactPoint": {
                "email": "enquiries@landmarcsolutions.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PWGC-6513-PQLZ",
        "name": "The Secretary of State for the Home Department"
    },
    "tender": {
        "id": "Project 19703",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Facilities Management Provision",
        "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].",
        "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. 1. Security and System Integration Landmarc's 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: Reimplementation of ICT services including: - Rebuilding system interfaces to meet MoD specifications. - Revalidating software against BS EN ISO 9001 quality standards. - Reassigning intellectual property rights and ensuring compatibility with MoD-owned software and systems. Security vetting and onboarding of new supplier staff, including: - SC clearance. - Compliance with the Official Secrets Acts 1911-1989. - Physical and communications security protocols. A minimum 28-week mobilisation period to implement and test secure ICT environments, including cyber risk assessments and assurance questionnaires under DEFSTAN 05-138. 2. Existing Site Knowledge and Infrastructure Landmarc has long-standing operational knowledge of the site, including its ageing and non-standard construction. Their familiarity with: - Legacy infrastructure (e.g. vulnerable boilers, bespoke systems). - Historical maintenance records and asset data. - Site-specific access restrictions and MoD protocols. 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. 3. Landmarc operates to MoD standards and is contractually bound to maintain: - Secure handling of Official-Sensitive information (excluding Secret material). - Compliance with MoD cyber security protocols and reporting obligations. - Full traceability of staff access and vetting records, including SC clearance. - Seamless data continuity and handover processes aligned with MoD expectations. Data continuity and handover involves: - Assignment of intellectual property rights and licences to ensure uninterrupted access to systems and data. - Maintenance of a secure ICT environment and rolling maintenance schedule to avoid data loss or corruption. - Compliance with open standards and readiness for open-source publication where required. - Preservation of MoD Identifiable Information for up to 6 years post-contract for audit and continuity. As the incumbent supplier is being retained, there will be no gap in data records or system continuity during the Home Office's 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. 4. Operational Efficiency and Risk Mitigation Retaining Landmarc avoids: Duplication of mobilisation activities such as: - Initial site surveys (typically 4-6 weeks). - Asset register creation (8-12 weeks depending on site complexity). - System configuration and testing (12-16 weeks). - Security vetting and onboarding (minimum 6-8 weeks for SC clearance). Risks associated with onboarding a new supplier unfamiliar with MoD protocols and site-specific constraints. Potential delays in service delivery due to ICT integration, cyber assurance, and physical security compliance. Landmarc's embedded systems and trained personnel ensure uninterrupted service delivery and compliance with all contractual obligations under RM6155.",
        "lots": [
            {
                "id": "1",
                "status": "complete"
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ],
        "riskDetails": "Delay in Mobilisation: There is a risk that, sites are being handed over very quickly. Services being stood up may not meet delivery timelines.",
        "procurementMethodRationaleClassifications": [
            {
                "id": "singleSuppliersTechnicalReasons"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Facilities Management Provision",
            "status": "pending",
            "value": {
                "amountGross": 5370722.91,
                "amount": 4475602.43,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-04396241",
                    "name": "LANDMARC SUPPORT SERVICES LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "50700000",
                            "description": "Repair and maintenance services of building installations"
                        },
                        {
                            "scheme": "CPV",
                            "id": "77314000",
                            "description": "Grounds maintenance services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "45232452",
                            "description": "Drainage works"
                        },
                        {
                            "scheme": "CPV",
                            "id": "90511000",
                            "description": "Refuse collection services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "79342300",
                            "description": "Customer services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "90910000",
                            "description": "Cleaning services"
                        },
                        {
                            "scheme": "CPV",
                            "id": "45342000",
                            "description": "Erection of fencing"
                        },
                        {
                            "scheme": "CPV",
                            "id": "45453000",
                            "description": "Overhaul and refurbishment work"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2025-12-05T00:00:00+00:00",
                "endDate": "2026-12-04T23:59:59+00:00"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "076662-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/076662-2025",
                    "datePublished": "2025-11-24T17:43:41Z",
                    "format": "text/html"
                },
                {
                    "id": "076698-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/076698-2025",
                    "datePublished": "2025-11-25T09:09:45Z",
                    "format": "text/html"
                },
                {
                    "id": "076918-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/076918-2025",
                    "datePublished": "2025-11-25T14:46:30Z",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-12-05T23:59:59+00:00",
                    "status": "scheduled"
                }
            ],
            "date": "2025-10-16T00:00:00+01:00",
            "standstillPeriod": {
                "endDate": "2025-12-05T23:59:59+00:00"
            },
            "amendments": [
                {
                    "id": "076918-2025",
                    "description": "Important update This transparency notice was amended on 25/11/2025 to correct inaccuracies in the previous version published on 24/11/2025. The changes ensure the information is accurate and complete."
                }
            ]
        }
    ],
    "language": "en"
}