Award

Property Management Software renewal

THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON

This public procurement record has 1 release in its history.

Award

24 Oct 2025 at 13:16

Summary of the contracting process

The Mayor and Commonalty and Citizens of the City of London have recently completed the contracting process for the renewal of the Property Management Software. This contract is crucial for managing the City of London Corporation's large portfolio of freehold and leasehold properties. The tender falls within the services category, specifically software supply, and is located in the UKI region. The contract was awarded through a limited procurement method without a prior call for competition and facilitated under the CCS TE PAS Framework, with Softcat PLC as the authorised reseller of MRI Software. The contract, valued at £1,246,543, spans five years starting from 1st October 2025, ensuring continued support for leasehold billing and financial reporting requirements.

This tender presents significant opportunities for businesses operating within the software supply and management sectors, particularly those with expertise in property management systems and compliance with financial reporting standards like IFRS 16. Companies well-suited to engage would include those with capacity for large-scale implementations and maintaining specialised solutions. Although this specific contract was awarded through a direct framework agreement, businesses within this niche could benefit from understanding such frameworks to prepare for similar future opportunities, demonstrating technical expertise and capacity for handling complex property management tasks.

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

Property Management Software renewal

Notice Description

The Property Management System is a business-critical application that underpins the City of London Corporation's management of its extensive freehold and leasehold property portfolio. This is an award notice for the software renewal made through the CCS TE PAS Framework (Lot 3), via Softcat plc as the authorised reseller of MRI Software. This Contact is for 5 years commencing from the 1st of October 2025.

Lot Information

Lot 1

The system facilitates the collection and administration of approximately PS180 million per annum in rental and service charge income, supporting leasehold billing, financial reporting, and compliance with key standards such as IFRS16.

Procurement Information

The MRI Lease and Property Management System is a business-critical application supporting the City of London Corporation's management of its extensive freehold and leasehold portfolio. It facilitates the collection and administration of millions per annum in rental and service charge income and underpins compliance with IFRS 16 and other statutory reporting requirements. The award was made through the CCS TE PAS Framework (Lot 3), via Softcat plc as the authorised reseller of MRI Software. The framework has been procured through a fully compliant and EU-advertised process; therefore, a call-off under this framework does not require separate OJEU publication, in accordance with Regulation 33 of the Public Contracts Regulations 2015. This direct award is further justified under Regulations 32(2)(b)(ii) and (iii), which permit award without prior publication where competition is absent for technical reasons and only one supplier can provide the required services. The MRI system is a proprietary solution, uniquely configured to the City's complex lease, financial, and integration requirements. Transitioning to an alternative system would require a full reimplementation, costing approximately PS1 million and taking up to two years with significant risks to data integrity, income collection, and statutory financial reporting. Awarding directly through the framework ensures continuity, preserves existing custom configurations and integrations, and avoids operational disruption. This approach represents the only lawful and proportionate route to maintain critical business functionality, achieve value for money, and comply fully with the principles of transparency, and sound financial management under PCR 2015.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05d37a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/068235-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72268000 - Software supply services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1,246,543 £1M-£10M

Notice Dates

Publication Date
24 Oct 20254 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
15 Oct 20254 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON
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
EC2P 2EJ
Post Town
Central London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI43 Haringey and Islington
Delivery Location
TLI London

Local Authority
Islington
Electoral Ward
Clerkenwell
Westminster Constituency
Islington South and Finsbury

Supplier Information

Number of Suppliers
1
Supplier Name

SOFTCAT

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-05d37a-2025-10-24T14:16:02+01:00",
    "date": "2025-10-24T14:16:02+01:00",
    "ocid": "ocds-h6vhtk-05d37a",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-05d37a",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Property Management Software renewal",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72268000",
            "description": "Software supply services"
        },
        "mainProcurementCategory": "services",
        "description": "The Property Management System is a business-critical application that underpins the City of London Corporation's management of its extensive freehold and leasehold property portfolio. This is an award notice for the software renewal made through the CCS TE PAS Framework (Lot 3), via Softcat plc as the authorised reseller of MRI Software. This Contact is for 5 years commencing from the 1st of October 2025.",
        "lots": [
            {
                "id": "1",
                "description": "The system facilitates the collection and administration of approximately PS180 million per annum in rental and service charge income, supporting leasehold billing, financial reporting, and compliance with key standards such as IFRS16.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_OUTSIDE_SCOPE",
                "description": "The procurement falls outside the scope of application of the directive"
            }
        ],
        "procurementMethodRationale": "The MRI Lease and Property Management System is a business-critical application supporting the City of London Corporation's management of its extensive freehold and leasehold portfolio. It facilitates the collection and administration of millions per annum in rental and service charge income and underpins compliance with IFRS 16 and other statutory reporting requirements. The award was made through the CCS TE PAS Framework (Lot 3), via Softcat plc as the authorised reseller of MRI Software. The framework has been procured through a fully compliant and EU-advertised process; therefore, a call-off under this framework does not require separate OJEU publication, in accordance with Regulation 33 of the Public Contracts Regulations 2015. This direct award is further justified under Regulations 32(2)(b)(ii) and (iii), which permit award without prior publication where competition is absent for technical reasons and only one supplier can provide the required services. The MRI system is a proprietary solution, uniquely configured to the City's complex lease, financial, and integration requirements. Transitioning to an alternative system would require a full reimplementation, costing approximately PS1 million and taking up to two years with significant risks to data integrity, income collection, and statutory financial reporting. Awarding directly through the framework ensures continuity, preserves existing custom configurations and integrations, and avoids operational disruption. This approach represents the only lawful and proportionate route to maintain critical business functionality, achieve value for money, and comply fully with the principles of transparency, and sound financial management under PCR 2015."
    },
    "awards": [
        {
            "id": "068235-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-164752",
                    "name": "Softcat PLC"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-139337",
            "name": "The Mayor and Commonalty and Citizens of the City of London",
            "identifier": {
                "legalName": "The Mayor and Commonalty and Citizens of the City of London"
            },
            "address": {
                "streetAddress": "Po Box 270, Guildhall",
                "locality": "London",
                "region": "UKI",
                "postalCode": "EC2P 2EJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2076063030",
                "email": "Taiwo.Muraina-Akinboade@cityoflondon.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.cityoflondon.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-164752",
            "name": "Softcat PLC",
            "identifier": {
                "legalName": "Softcat PLC"
            },
            "address": {
                "streetAddress": "Solar house, fieldhouse lane, Marlow",
                "locality": "Buckinghamshire",
                "region": "UKJ13",
                "postalCode": "SL71LW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-164753",
            "name": "High Court, Royal Courts of Justice",
            "identifier": {
                "legalName": "High Court, Royal Courts of Justice"
            },
            "address": {
                "streetAddress": "The Mayor and Commonalty and Citizens of the City of London",
                "locality": "London",
                "postalCode": "EC2P 2EJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "taiwo.Muraina@cityoflondon.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-164754",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "streetAddress": "The Mayor and Commonalty and Citizens of the City of London",
                "locality": "London",
                "postalCode": "EC2P 2EJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "taiwo.Muraina@cityoflondon.gov.uk"
            },
            "roles": [
                "mediationBody",
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-139337",
        "name": "The Mayor and Commonalty and Citizens of the City of London"
    },
    "contracts": [
        {
            "id": "068235-2025-1",
            "awardID": "068235-2025-1",
            "status": "active",
            "value": {
                "amount": 1246543,
                "currency": "GBP"
            },
            "dateSigned": "2025-10-16T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}