Award

Extension to Helpdesk/Data Assurance Contract (Cluster) - Modification Notice

MINISTRY OF JUSTICE

This public procurement record has 1 release in its history.

AwardUpdate

15 Jan 2026 at 14:57

Summary of the contracting process

The Ministry of Justice is overseeing a procurement process titled "Extension to Helpdesk/Data Assurance Contract (Cluster) - Modification Notice," focusing on services in the helpdesk sector. The process involves extending a contract for the provision of facilities management integrator services, initially set to end on 31st October 2027. This modification helps ensure service continuity in the UK while a new delivery model is established under the Property Transformation Programme. It is currently at the award stage, with Kellogg Brown & Root Ltd, located in Leatherhead, UK, as the active supplier. The procurement's legal basis is aligned with regulations under the CELEX framework, signifying compliance with European procurement standards.

This tender presents substantial opportunities for businesses involved in facilities management services, particularly those with robust capabilities in integrating software and operational computer systems. The awarded contract, valued at approximately GBP 74.57 million, favours companies that can navigate the complexities of managing live operational environments and adhere to strict security requirements. Although the contract extension precludes new bids, understanding the Ministry of Justice's future procurement strategies, particularly the Property Transformation Programme, could provide lucrative participation avenues for well-prepared businesses aiming for long-term involvement in the public sector facilities management market.

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

Extension to Helpdesk/Data Assurance Contract (Cluster) - Modification Notice

Notice Description

Lot Information

Provision of Facilities Management Integrator Services

13-month extension for additional services as set out VII.2.1

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0606db
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003569-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

48420000 - Facilities management software package and software package suite

72253100 - Helpdesk services

72514100 - Facilities management services involving computer operation

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£74,570,138 £10M-£100M

Notice Dates

Publication Date
15 Jan 20261 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
4 Jun 20178 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Not Specified
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Contact Name
Not specified
Contact Email
ccmdmojcluster@justice.gov.uk
Contact Phone
+44 02033343555

Buyer Location

Locality
LONDON
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
Not specified

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

Supplier Information

Number of Suppliers
1
Supplier Name

KELLOGG BROWN & ROOT

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-0606db-2026-01-15T14:57:15Z",
    "date": "2026-01-15T14:57:15Z",
    "ocid": "ocds-h6vhtk-0606db",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0606db",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Extension to Helpdesk/Data Assurance Contract (Cluster) - Modification Notice",
        "classification": {
            "scheme": "CPV",
            "id": "72253100",
            "description": "Helpdesk services"
        },
        "mainProcurementCategory": "services",
        "lots": [
            {
                "id": "1",
                "title": "Provision of Facilities Management Integrator Services",
                "description": "13-month extension for additional services as set out VII.2.1",
                "contractPeriod": {
                    "endDate": "2027-10-31T23:59:59Z"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48420000",
                        "description": "Facilities management software package and software package suite"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72514100",
                        "description": "Facilities management services involving computer operation"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "003569-2026-Con_14497-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-128684",
                    "name": "Kellogg Brown & Root Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-30584",
            "name": "Ministry of Justice",
            "identifier": {
                "legalName": "Ministry of Justice"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 02033343555",
                "email": "CCMDMOJCluster@justice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-justice"
            }
        },
        {
            "id": "GB-FTS-128684",
            "name": "Kellogg Brown & Root Ltd",
            "identifier": {
                "legalName": "Kellogg Brown & Root Ltd"
            },
            "address": {
                "locality": "Leatherhead",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-171501",
            "name": "High Court, Royal Courts of Justice",
            "identifier": {
                "legalName": "High Court, Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "Level 12, The Shard, 32 London Bridge Street",
                "locality": "London",
                "postalCode": "SE1 9SG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-30584",
        "name": "Ministry of Justice"
    },
    "contracts": [
        {
            "id": "003569-2026-Con_14497-1",
            "awardID": "003569-2026-Con_14497-1",
            "status": "active",
            "value": {
                "amount": 74570138,
                "currency": "GBP"
            },
            "dateSigned": "2017-06-05T00:00:00+01:00",
            "period": {
                "endDate": "2027-10-31T23:59:59Z"
            },
            "items": [
                {
                    "id": "1",
                    "title": "Provision of Facilities Management Integrator Services",
                    "classification": {
                        "scheme": "CPV",
                        "id": "48420000",
                        "description": "Facilities management software package and software package suite"
                    },
                    "deliveryAddresses": [
                        {
                            "region": "UK"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "amendments": [
                {
                    "id": "1",
                    "description": "This notice relates to the modification of a contract in accordance with regulation 72(1)(b) PCR. Additional services by the original contractor have become necessary. A change of contractor cannot be made for economic or technical reasons such as requirements of interoperability with existing services and a change of contractor would cause significant inconvenience and substantial duplication of costs for MoJ. 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 those services currently being provided under this contract and the PTP procurements are currently at evaluation stage. The existing contract was previously extended on 26/09/2024 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 extend the existing contract by 13 months from September 2026 to October 2027 to ensure continuity of critical services whilst the PTP procurement processes conclude. The additional services refer to the continued provision of services by the original contractor over the extension period. These additional services are necessary to enable continued service provision and also to prepare for service transition to a new provider(s) to be appointed under the PTP procurement processes referred to above. For various reasons, as set out below it would not be possible to run a procurement for a new contractor to provide these services over a 13- month period. The FM services to be supplied are complex, deliver in live operational sites and require a vetted workforce and supply chain. Although alternative suppliers exist for FM services in general, it would not be feasible for MoJ to competitively procure and successfully mobilise a new contract with an alternative supplier to the existing contractor Kellogg Brown & Root Ltd, in advance of the anticipated transition to PTP. The increase in price as a result of the extension is less than 50% of the original contract value. The extension was entered into on 14/01/2026. See further VII.2.2",
                    "rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: Continued from VII.2.1 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. This would account for a disproportionate amount of time 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 therefore not feasible. This is particularly the case given the complexities associated with mobilisation and the risk of disruption to critical public services during any mobilisation period. In addition, any change in contractor would cause a substantial duplication of costs for a 13-month continuation of services. This would include the duplication of costs associated with the preparation and transfer of staff and assets as well as the establishment of new processes and IT systems through those demobilisation and mobilisation phases."
                }
            ]
        }
    ],
    "language": "en"
}