Award

Hard FM Services South - Cluster Transparency Notice

MINISTRY OF JUSTICE

This public procurement record has 6 releases in its history.

AwardUpdate

03 Feb 2026 at 09:12

Award

02 Feb 2026 at 16:02

AwardUpdate

14 Jan 2026 at 12:46

AwardUpdate

14 Jan 2026 at 12:45

Award

13 Jan 2026 at 16:20

Award

13 Jan 2026 at 16:18

Summary of the contracting process

The Ministry of Justice has awarded a 13-month contract to Kier Facilities Services Limited to deliver Hard FM services within the Southern Cluster estate. This direct award is valued at £43,690,800, including services such as building and asset maintenance, fire and security system upkeep, landscaping, AV equipment maintenance, and provision of spares and consumables. The procurement falls under the services category and is intended to maintain existing service continuity until the Property Transformation Programme is implemented. Scheduled to occur from 1 October 2026 to 31 October 2027, this contract ensures operational stability while the new service delivery model is finalised. This contract resides at the award and contract update stage, underscoring the Ministry's reliance on Kier for continued service integration.

This contract represents a significant opportunity for businesses involved in building and facilities management, although the direct award indicates limited immediate competition. Firms with expertise in comprehensive facilities management services, particularly those experienced with large-scale government projects, stand to benefit. Since the contract emphasizes technical reasons for selecting the existing supplier, it highlights the demand for comprehensive knowledge and integration capability with existing frameworks. Thus, businesses looking to partner on facilities management with public authorities like the Ministry of Justice could explore sub-contracting or future opportunities as the Property Transformation Programme progresses towards its full implementation in late 2027.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Hard FM Services South - Cluster Transparency Notice

Notice Description

13-month contract to provide Hard FM services to the MOJ Southern Cluster estate. This is intended to provide time for the Property Transformation Programme to complete and replace the existing FM contracts (including this contract) with a new delivery model. The services required as part of this procurement include: * Building Maintenance * Asset Maintenance * Fire/Security/Conveyance System Maintenance * Landscaping Services * AV Equipment Maintenance * Spares/Consumables This contract is a follow on from the existing contract and is being awarded to the same supplier for the reasons set out further in this notice.

Procurement Information

The MoJ intends to implement a new delivery model for the future provision of facilities management services across the MoJ estate. This new model will be delivered via the Property Transformation Programme (PTP). This programme includes the services in scope of this contract. The PTP procurements are currently at evaluation stage. The existing contract was previously extended on 26/09/2024 until 30/09/2026 (https://www.find-tender.service.gov.uk/Notice/035162-2024)but, given the size and complexity of PTP, it will not be fully mobilised until late 2027. The MoJ has therefore determined that it is necessary to enter into this contract, which is a follow on from the existing contract, for 13 months from September 2026 to October 2027 to ensure continuity of critical services whilst the PTP procurement processes conclude. MoJ considers that the conditions are met for reliance on one or both direct award justifications. Single supplier (Schedule 5, paragraph 6) In the circumstances there is only a particular supplier that can supply the services for the 13-month period which is the existing supplier, Kier. There are technical reasons for an absence of competition relating to this specific delivery of the services over a 13-month period. These relate primarily to the integration required with the existing FM contracts and systems where any new supplier would take longer than the anticipated contract length to mobilise. Both the demobilisation of the existing contract, and mobilisation phases of a replacement contract are lengthy. Anticipated mobilisation periods for new contracts as a result of the PTP processes start at a minimum of 120 days. For a 13-month extension there would be insufficient time to mobilise a new supplier, transfer staff, embed new processes and then move to a steady state service, before then demobilising the contract. It is estimated that demobilisation / mobilisation would take upwards of 12 months. Against the backdrop of the PTP competition, there are no reasonable alternatives to the required services proposed to be delivered by the existing supplier in view of the disproportionate amount of time that would be required for demobilisation/mobilisation relative to the length of the extended service required. In addition, given the commencement of mobilisation for new contracts awarded under the PTP procurement process would begin prior to the start of any new contract for a 13-month additional service period, it would mean that mobilisation activity would be happening concurrently. This is not feasible and is not a reasonable alternative to the service proposed to be delivered under this 13-month extension. This is particularly the case given the complexities associated with mobilisation and the risk of disruption to critical public services during any mobilisation period. Additional services (Schedule 5, paragraph 7) The MoJ wishes to obtain services from the existing supplier which are intended as an extension to the existing services currently provided by that supplier. To change supplier for a 13-month period would result in MoJ receiving services that are different to the services currently provided by the existing supplier. This would include: differences arising out of transfer of staff and assets to a new supplier, new processes and IT systems from the introduction of a new supplier, including interoperability with existing FM systems which if introduced would either require modification to other FM contracts or a complete inability to integrate. The difference in services would result in disproportionate technical difficulties in operation and maintenance for this 13-month period. This would include that a disproportionate amount of time would be required for demobilisation/mobilisation relative to the length of the extended service required. In addition, given the commencement of mobilisation for new contracts awarded under the PTP procurement process would begin prior to the start of any new contract for a 13-month additional service period, it would mean that mobilisation activity would be happening concurrently. This is not feasible and would result in disproportionate technical difficulties in operation and maintenance. This is particularly the case given the complexities associated with mobilisation and the risk of disruption to critical public services during any mobilisation period.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-06050d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009261-2026
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

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


CPV Codes

79993000 - Building and facilities management services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£36,409,000 £10M-£100M
Contracts Value
£36,409,000 £10M-£100M

Notice Dates

Publication Date
3 Feb 20262 weeks ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
13 Jan 20261 months ago
Contract Period
30 Sep 2026 - 31 Oct 2027 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active, Pending
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Contact Name
Not specified
Contact Email
ccmdmojcluster@justice.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1H 9AJ
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

KIER FACILITIES SERVICES

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-06050d-2026-02-03T09:12:10Z",
    "date": "2026-02-03T09:12:10Z",
    "ocid": "ocds-h6vhtk-06050d",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PDNN-2773-HVYN",
            "name": "Ministry of Justice",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PDNN-2773-HVYN"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "postalCode": "SW1H 9AJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "CCMDMOJCluster@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-justice/about/procurement",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-02624887",
            "name": "Kier Facilities Services Limited",
            "identifier": {
                "scheme": "GB-COH",
                "id": "02624887"
            },
            "address": {
                "streetAddress": "2nd Floor, Optimum House, Clippers Quay",
                "locality": "Salford",
                "postalCode": "M50 3XP",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD34"
            },
            "contactPoint": {
                "email": "kss.kbmbids@kier.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PDNN-2773-HVYN",
        "name": "Ministry of Justice"
    },
    "tender": {
        "id": "prj_16081",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Hard FM Services South - Cluster Transparency Notice",
        "description": "13-month contract to provide Hard FM services to the MOJ Southern Cluster estate. This is intended to provide time for the Property Transformation Programme to complete and replace the existing FM contracts (including this contract) with a new delivery model. The services required as part of this procurement include: * Building Maintenance * Asset Maintenance * Fire/Security/Conveyance System Maintenance * Landscaping Services * AV Equipment Maintenance * Spares/Consumables This contract is a follow on from the existing contract and is being awarded to the same supplier for the reasons set out further in this notice.",
        "status": "complete",
        "procurementMethod": "direct",
        "procurementMethodDetails": "Direct award",
        "procurementMethodRationale": "The MoJ intends to implement a new delivery model for the future provision of facilities management services across the MoJ estate. This new model will be delivered via the Property Transformation Programme (PTP). This programme includes the services in scope of this contract. The PTP procurements are currently at evaluation stage. The existing contract was previously extended on 26/09/2024 until 30/09/2026 (https://www.find-tender.service.gov.uk/Notice/035162-2024)but, given the size and complexity of PTP, it will not be fully mobilised until late 2027. The MoJ has therefore determined that it is necessary to enter into this contract, which is a follow on from the existing contract, for 13 months from September 2026 to October 2027 to ensure continuity of critical services whilst the PTP procurement processes conclude. MoJ considers that the conditions are met for reliance on one or both direct award justifications. Single supplier (Schedule 5, paragraph 6) In the circumstances there is only a particular supplier that can supply the services for the 13-month period which is the existing supplier, Kier. There are technical reasons for an absence of competition relating to this specific delivery of the services over a 13-month period. These relate primarily to the integration required with the existing FM contracts and systems where any new supplier would take longer than the anticipated contract length to mobilise. Both the demobilisation of the existing contract, and mobilisation phases of a replacement contract are lengthy. Anticipated mobilisation periods for new contracts as a result of the PTP processes start at a minimum of 120 days. For a 13-month extension there would be insufficient time to mobilise a new supplier, transfer staff, embed new processes and then move to a steady state service, before then demobilising the contract. It is estimated that demobilisation / mobilisation would take upwards of 12 months. Against the backdrop of the PTP competition, there are no reasonable alternatives to the required services proposed to be delivered by the existing supplier in view of the disproportionate amount of time that would be required for demobilisation/mobilisation relative to the length of the extended service required. In addition, given the commencement of mobilisation for new contracts awarded under the PTP procurement process would begin prior to the start of any new contract for a 13-month additional service period, it would mean that mobilisation activity would be happening concurrently. This is not feasible and is not a reasonable alternative to the service proposed to be delivered under this 13-month extension. This is particularly the case given the complexities associated with mobilisation and the risk of disruption to critical public services during any mobilisation period. Additional services (Schedule 5, paragraph 7) The MoJ wishes to obtain services from the existing supplier which are intended as an extension to the existing services currently provided by that supplier. To change supplier for a 13-month period would result in MoJ receiving services that are different to the services currently provided by the existing supplier. This would include: differences arising out of transfer of staff and assets to a new supplier, new processes and IT systems from the introduction of a new supplier, including interoperability with existing FM systems which if introduced would either require modification to other FM contracts or a complete inability to integrate. The difference in services would result in disproportionate technical difficulties in operation and maintenance for this 13-month period. This would include that a disproportionate amount of time would be required for demobilisation/mobilisation relative to the length of the extended service required. In addition, given the commencement of mobilisation for new contracts awarded under the PTP procurement process would begin prior to the start of any new contract for a 13-month additional service period, it would mean that mobilisation activity would be happening concurrently. This is not feasible and would result in disproportionate technical difficulties in operation and maintenance. This is particularly the case given the complexities associated with mobilisation and the risk of disruption to critical public services during any mobilisation period.",
        "procurementMethodRationaleClassifications": [
            {
                "id": "singleSuppliersTechnicalReasons"
            },
            {
                "id": "additionalRepeatExtensionPartialReplacement"
            }
        ],
        "lots": [
            {
                "id": "1",
                "status": "complete"
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ],
        "coveredBy": [
            "GPA"
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Hard FM Services South - Cluster",
            "status": "pending",
            "value": {
                "amountGross": 43690800,
                "amount": 36409000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-02624887",
                    "name": "Kier Facilities Services Limited"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "79993000",
                            "description": "Building and facilities management services"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2026-10-01T00:00:00+01:00",
                "endDate": "2027-10-31T23:59:59+00:00"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "002829-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/002829-2026",
                    "datePublished": "2026-01-13T16:18:31Z",
                    "format": "text/html"
                },
                {
                    "id": "002830-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/002830-2026",
                    "datePublished": "2026-01-13T16:20:58Z",
                    "format": "text/html"
                },
                {
                    "id": "003082-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/003082-2026",
                    "datePublished": "2026-01-14T12:45:50Z",
                    "format": "text/html"
                },
                {
                    "id": "003083-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/003083-2026",
                    "datePublished": "2026-01-14T12:46:58Z",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-01-23T23:59:59+00:00",
                    "status": "scheduled"
                }
            ],
            "date": "2026-01-13T00:00:00+00:00",
            "standstillPeriod": {
                "endDate": "2026-01-22T23:59:59+00:00"
            },
            "amendments": [
                {
                    "id": "003083-2026",
                    "description": "Correction to amend the email address listed for the MOJ."
                }
            ]
        },
        {
            "id": "2",
            "status": "active",
            "mainProcurementCategory": "services",
            "suppliers": [
                {
                    "id": "GB-COH-02624887",
                    "name": "Kier Facilities Services Limited"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "79993000",
                            "description": "Building and facilities management services"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "language": "en",
    "contracts": [
        {
            "id": "2",
            "awardID": "2",
            "status": "active",
            "period": {
                "startDate": "2026-10-01T00:00:00+01:00",
                "endDate": "2027-10-31T23:59:59+00:00"
            },
            "value": {
                "amountGross": 43690800,
                "amount": 36409000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-01-28T00:00:00+00:00",
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "BM M1: Provision of PPM for statutory and mandatory activities",
                    "description": "Provide a planned maintenance service in adherence to the Planned Preventative Maintenance Plan: for statutory and mandatory activities.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 3
                            }
                        }
                    ]
                },
                {
                    "id": "2",
                    "title": "BM M2: Provision of PPM for non-statutory and mandatory activities",
                    "description": "provide a planned maintenance service in adherence to the Planned Preventative Maintenance Plan: for non-statutory and mandatory activities",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 3
                            }
                        }
                    ]
                },
                {
                    "id": "3",
                    "title": "BM M8: Provision of Reactive Maintenance",
                    "description": "ensure that Reactive Maintenance Events for Critical (A) and Emergency (B) requests are successfully responded to with an interim fix and the provision of a permanent resolution time, in line with agreed SLR/SLAs.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 3
                            }
                        }
                    ]
                }
            ],
            "documents": [
                {
                    "id": "009116-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/009116-2026",
                    "datePublished": "2026-02-02T16:02:41Z",
                    "format": "text/html"
                },
                {
                    "id": "A-11330",
                    "documentType": "contractSigned",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-11330",
                    "format": "application/octet-stream"
                },
                {
                    "id": "009261-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/009261-2026",
                    "datePublished": "2026-02-03T09:12:10Z",
                    "format": "text/html"
                }
            ]
        }
    ]
}