Award

Facilities Management Provision

HOME OFFICE

This public procurement record has 5 releases in its history.

AwardUpdate

19 Mar 2026 at 13:57

Award

06 Jan 2026 at 14:36

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 Home Office has concluded its procurement process for the Facilities Management Provision at a Ministry of Defence (MOD) property in London, United Kingdom. The contract, which commenced on 8th December 2025 and will continue until 7th December 2026, involves comprehensive hard and some soft facilities management services. This includes site maintenance tasks such as planned and reactive maintenance, grounds maintenance, and pest control. Awarded to LANDMARC SUPPORT SERVICES LIMITED under a direct award procurement method, the contract valued at approximately £4.5 million GBP (gross £5.3 million), aims to ensure smooth site operations during the Home Office's occupancy for a limited 12-month period. Due to technical requirements and existing site-specific arrangements, Landmarc was retained as the supplier to prevent service disruption and maintain continuity. Key performance indicators for maintenance include prompt response times and timely completion of scheduled tasks, ensuring efficient service delivery and compliance with MOD standards.

This procurement offers significant business opportunities, particularly for firms specialised in facilities management, maintenance services, and contract compliance within government and defence sectors. While the contract has been awarded to an incumbent supplier due to its existing operational knowledge and infrastructure compatibility, businesses with expertise in areas such as security systems integration and legacy infrastructure management may consider future opportunities similar in scope. Companies capable of aligning with MOD security protocols and system requirements would benefit from pursuing similar tenders, allowing them to demonstrate their adeptness in handling complex maintenance operations and meeting stringent governmental standards. As the government and defence sectors often demand high levels of service reliability and security compliance, businesses with proven capabilities in these areas may find substantial potential for growth in similar contracts.

Find more tenders on our Open Data Platform.
How relevant is this notice?

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05e7d9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025209-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK7 - Contract Details 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
Not specified
Contracts Value
£4,475,602 £1M-£10M

Notice Dates

Publication Date
19 Mar 20261 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
8 Dec 20254 months ago
Contract Period
8 Dec 2025 - 7 Dec 2026 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
HOME OFFICE
Additional Buyers

THE SECRETARY OF STATE FOR THE HOME DEPARTMENT

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

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-05e7d9-2026-03-19T13:57:49Z",
    "date": "2026-03-19T13:57:49Z",
    "ocid": "ocds-h6vhtk-05e7d9",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PWGC-6513-PQLZ",
            "name": "Home Office",
            "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": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-04396241",
            "name": "LANDMARC SUPPORT SERVICES LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "04396241"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PBWR-4733-PVWP"
                }
            ],
            "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": "Home Office"
    },
    "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"
            }
        ],
        "procurementMethodRationaleClassifications": [
            {
                "id": "singleSuppliersTechnicalReasons"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "active",
            "mainProcurementCategory": "services",
            "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"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "status": "active",
            "period": {
                "startDate": "2025-12-08T00:00:00+00:00",
                "endDate": "2026-12-07T23:59:59+00:00"
            },
            "value": {
                "amountGross": 5370722.91,
                "amount": 4475602.43,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2025-12-08T00:00:00+00:00",
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "KPI1 - Reactive Maintenance",
                    "description": "This KPI measures the supplier's 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.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                },
                {
                    "id": "2",
                    "title": "KPI2 - Reactive Maintenance",
                    "description": "This KPI measures the supplier's ability to permanently resolve reactive maintenance work orders in Categories C and D within the specified rectification and completion times.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                },
                {
                    "id": "3",
                    "title": "KPI 3 - Unplanned Re-attendance",
                    "description": "This KPI tracks the supplier's 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.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                },
                {
                    "id": "4",
                    "title": "KPI 4 - Planned Preventative Maintenance (PPM) Timeliness",
                    "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.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                }
            ],
            "documents": [
                {
                    "id": "000717-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/000717-2026",
                    "datePublished": "2026-01-06T14:36:47Z",
                    "format": "text/html"
                },
                {
                    "id": "A-13623",
                    "documentType": "contractSigned",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-13623",
                    "format": "application/pdf"
                },
                {
                    "id": "025209-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/025209-2026",
                    "datePublished": "2026-03-19T13:57:49Z",
                    "format": "text/html"
                }
            ],
            "amendments": [
                {
                    "id": "025209-2026",
                    "description": "This change to notice is to provide a redacted copy of the Facilities Management Contract."
                }
            ]
        }
    ],
    "language": "en"
}