Notice Information
Notice Title
ESG and Sustainability System
Notice Description
The City aims to partner with a software provider to support management of utility spend and consumption, with the ultimate aim of reducing cost and carbon. This will support Climate Action Strategy (CAS) goals and objectives of Net Zero in our own operations by 2027. The following represent essential requirements which must be met by the supplier, who must be able to provide and manage both software solutions and invoice validation services. 1. Provide invoice validation services. This includes utilities on the City's corporate contracts and ad-hoc supplies. All invoices must be loaded by the contractor into the software. 2. Provide easily accessible and customizable dashboards for cost, consumption and carbon based on portfolio, site, utility, meter level and Fund. 3. Provide high consumption notifications for any utility/site/meter, based on invoice or HH data. 4. Ensure customer satisfaction by allocating a dedicated account manager and accountability for KPI performance. 5. Invoices to Accounts payable are provided in a file format requested by the City in order to upload to the City's payment system (SAP). This must be completed for all utilities including electricity, gas, district heating/cooling and water. The City is seeking a software that will leverage recent advances in technology to support energy and cost reduction, along with improved access of resources. To support energy reduction, alerts must be configured to notify the user of high or low consumption. To minimise costs, reports must be generated based on elements of supplier invoices (i.e, standing charges, CCL, water and sewerage). To improve City resource use, the City wishes to use the software for tenant recharging for the first time. This must be completed by, at a minimum, subtracting submeters from the main fiscal meter. The City wishes to form a strong partnership with a provider who is eager to support the City's ambitious climate goals by freeing up City's resources to pursue energy opportunities, rather than day-to-day administrative tasks such as updating meter serial numbers in the database and chasing suppliers for costs. This tendering exercise is being undertaken using the electronic tendering system 'City of London Corporation Sourcing & Contracts Portal' (https://cityoflondon.ukp.app.jaggaer.com/) Suppliers will need to register an interest on the system in order to participate and registration is free. The estimated contract value given at sections 31 and 32 is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore PS112500 exc. VAT
Lot Information
Lot 1
Renewal: The duration of the contract is 2 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 2 years.
Planning Information
PME in this case is where the City, at an early stage in the development of its proposals but prior to formulating any formal procurement opportunity, seeks input from the market as to what might be the most attractive way of packaging and scoping a future procurement opportunity. This exercise will provide an opportunity for the City to obtain insight into how participants might approach the delivery of the service in question. It also gives a useful early insight into the likely level of interest in a proposed project from that market. Participants must also note that a response to this notice does not guarantee an invitation to participate in this or any future procurement that the City may conduct, nor that the City will procure any such supply and services or accept any proposals offered. Any Procurement of the supply and services by the City will be carried out strictly in accordance with the Procurement Act (PA23). The City has developed a questionnaire (attached at the end of the portal advert) that they would like interested parties to complete and return via the https://cityoflondon.ukp.app.jaggaer.com/ portal.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05db63
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/012719-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
48771000 - General utility software package
72212771 - General utility software development services
Notice Value(s)
- Tender Value
- £450,000 £100K-£500K
- Lots Value
- £450,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 Feb 20261 weeks ago
- Submission Deadline
- 26 Feb 20262 days to go
- Future Notice Date
- 19 Nov 2025Expired
- Award Date
- Not specified
- Contract Period
- 30 Sep 2026 - 30 Sep 2028 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE MAYOR AND COMMONALTY AND CITIZENS OF THE CITY OF LONDON
- Contact Name
- Not specified
- Contact Email
- cityproc.operations@cityoflondon.gov.uk
- Contact Phone
- 020 7606 3030
Buyer Location
- Locality
- CITY OF 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
- Not specified
-
- Local Authority
- Islington
- Electoral Ward
- Clerkenwell
- Westminster Constituency
- Islington South and Finsbury
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/012719-2026
12th February 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/071420-2025
5th November 2025 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-05db63-2026-02-12T10:22:22Z",
"date": "2026-02-12T10:22:22Z",
"ocid": "ocds-h6vhtk-05db63",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PYQD-1693-MYXR",
"name": "The Mayor and Commonalty and Citizens of the City of London",
"identifier": {
"scheme": "GB-PPON",
"id": "PYQD-1693-MYXR"
},
"address": {
"streetAddress": "PO Box 270",
"locality": "City of London",
"postalCode": "EC2P 2EJ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI43"
},
"contactPoint": {
"email": "CityProc.Operations@cityoflondon.gov.uk",
"telephone": "020 7606 3030"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.cityoflondon.gov.uk",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PYQD-1693-MYXR",
"name": "The Mayor and Commonalty and Citizens of the City of London"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "PME in this case is where the City, at an early stage in the development of its proposals but prior to formulating any formal procurement opportunity, seeks input from the market as to what might be the most attractive way of packaging and scoping a future procurement opportunity. This exercise will provide an opportunity for the City to obtain insight into how participants might approach the delivery of the service in question. It also gives a useful early insight into the likely level of interest in a proposed project from that market. Participants must also note that a response to this notice does not guarantee an invitation to participate in this or any future procurement that the City may conduct, nor that the City will procure any such supply and services or accept any proposals offered. Any Procurement of the supply and services by the City will be carried out strictly in accordance with the Procurement Act (PA23). The City has developed a questionnaire (attached at the end of the portal advert) that they would like interested parties to complete and return via the https://cityoflondon.ukp.app.jaggaer.com/ portal.",
"dueDate": "2025-11-19T23:59:59+00:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "071420-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/071420-2025",
"datePublished": "2025-11-05T17:28:51Z",
"format": "text/html"
}
]
},
"tender": {
"id": "ocds-h6vhtk-05db63",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "ESG and Sustainability System",
"description": "The City aims to partner with a software provider to support management of utility spend and consumption, with the ultimate aim of reducing cost and carbon. This will support Climate Action Strategy (CAS) goals and objectives of Net Zero in our own operations by 2027. The following represent essential requirements which must be met by the supplier, who must be able to provide and manage both software solutions and invoice validation services. 1. Provide invoice validation services. This includes utilities on the City's corporate contracts and ad-hoc supplies. All invoices must be loaded by the contractor into the software. 2. Provide easily accessible and customizable dashboards for cost, consumption and carbon based on portfolio, site, utility, meter level and Fund. 3. Provide high consumption notifications for any utility/site/meter, based on invoice or HH data. 4. Ensure customer satisfaction by allocating a dedicated account manager and accountability for KPI performance. 5. Invoices to Accounts payable are provided in a file format requested by the City in order to upload to the City's payment system (SAP). This must be completed for all utilities including electricity, gas, district heating/cooling and water. The City is seeking a software that will leverage recent advances in technology to support energy and cost reduction, along with improved access of resources. To support energy reduction, alerts must be configured to notify the user of high or low consumption. To minimise costs, reports must be generated based on elements of supplier invoices (i.e, standing charges, CCL, water and sewerage). To improve City resource use, the City wishes to use the software for tenant recharging for the first time. This must be completed by, at a minimum, subtracting submeters from the main fiscal meter. The City wishes to form a strong partnership with a provider who is eager to support the City's ambitious climate goals by freeing up City's resources to pursue energy opportunities, rather than day-to-day administrative tasks such as updating meter serial numbers in the database and chasing suppliers for costs. This tendering exercise is being undertaken using the electronic tendering system 'City of London Corporation Sourcing & Contracts Portal' (https://cityoflondon.ukp.app.jaggaer.com/) Suppliers will need to register an interest on the system in order to participate and registration is free. The estimated contract value given at sections 31 and 32 is for the full duration of the contract including the maximum possible extensions. The estimated annual contract value is therefore PS112500 exc. VAT",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72212771",
"description": "General utility software development services"
},
{
"scheme": "CPV",
"id": "48771000",
"description": "General utility software package"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 540000,
"amount": 450000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-10-01T00:00:00+01:00",
"endDate": "2028-09-30T23:59:59+01:00",
"maxExtentDate": "2030-09-30T23:59:59+01:00"
},
"status": "active",
"value": {
"amountGross": 540000,
"amount": 450000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Responsible Procurement",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Commercial",
"numbers": [
{
"number": 35,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Bidders whose financial position is unacceptable in terms of stability, capability and capacity will be excluded. Bidders are therefore advised to ensure that copies of their latest audited / approved accounts have been submitted to Companies House (if applicable). Bidders' will be assessed against the following criteria: 1. Minimum Revenue Requirement 2. D&B Overall Business Risk Minimum Revenue Requirement: The revenue requirement is calculated as the annual average revenue of the last two reported financial years, divided by the estimated annual contract value, as set out in the tender notice at section 31. Bidders will be required to have an unrounded result of '2.0' or greater. A financial year is taken to be of 12 months' duration; where this is not the case a pro rata calculation will be used to establish the 12 months' equivalent. D&B Overall Business Risk The City will obtain a credit report on D&B Credit using the Company Registration number provided in Q1.3.2 of the 'Potential Supplier Information'. As D&B information is updated regularly the City will run all the reports for this procurement shortly after the receipt of selection questionnaires to ensure fairness and transparency. Bidders who are assessed as 'Low', 'Moderate-Low', and 'Moderate' for the Overall Business Risk will pass this part of the Finance Check. Bidders scoring 'Moderate-High' or 'High' will be assessed against the information provided as part of the Qualification Envelope 'Finance Self-Cleansing' response provided. If no response was included in that section, the City may choose to seek a clarification from the Bidder. The City can use its discretion as to whether the Bidder has provided reasonable assurance to the City of its financial viability or if Mitigating Solutions are required. Bidders who do not provide a reasonable assurance may fail this section and the entire tender process."
},
{
"type": "technical",
"description": "Suppliers must demonstrate their technical and professional ability through completion of the Technical and Professional Ability Questionnaire."
}
]
},
"hasRenewal": true,
"renewal": {
"description": "The duration of the contract is 2 years, subject to the right of the City (at its sole discretion) to exercise its right to extend the Contract by up to 2 years."
}
}
],
"status": "active",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This Competitive Flexible Procedure will be conducted in two (2) stages: Stage 1 - Invitation to Participate (ITP) Stage 2 - Invitation to Tender (ITT) Stage 1 - Invitation to Participate (ITP) Evaluation Process: The City will assess each bidder's ITP submission in four (4) stepss: Step 1: Compliance Check Step 2: Exclusion and Debarment Check Step 3: Conditions of Participation Assessment Compliant submissions will be assessed against the Conditions of Participation criteria set out in the Qualification Envelope. Step 4: Technical and Professional Ability Assessment Responses to Questions 1 and 2 of the ITP Technical and Professional Ability Document will be assessed on a pass/fail basis. Suppliers who fail either Question 1 or Question 2 may not have their submissions evaluated further and will not progress to the next stage. Suppliers who pass Questions 1 and 2 will have their responses to Questions 3 to 7 scored and weighted in accordance with the methodology set out in the ITP Pack. The top five (5) ranked suppliers will be invited to tender (Stage 2). Further details on the selection methodology are provided in the ITP Pack. Stage 2 - Invitation to Tender (ITT) Evaluation: Suppliers invited to tender will be evaluated against the following award criteria: - Responsible Procurement - 15% - Technical - 50% (Written Responses - 40% and Demonstration - 10%) - Commercial - 35% Following evaluation of the ITT submissions: Technical (Written Responses - 40%) Responsible Procurement (15%) Commercial (35%) The top three (3) suppliers, or any supplier who remains capable of winning the tender based on their score, will be invited to participate in the Demonstration stage (10%)."
},
"submissionMethodDetails": "https://cityoflondon.ukp.app.jaggaer.com/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2026-03-09T12:00:00+00:00",
"enquiryPeriod": {
"endDate": "2026-02-26T12:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-06-26T23:59:59+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "The ITT pack, including the technical specification, pricing schedule, form of tender, and ITT questionnaire, will be issued upon invitation to the shortlisted suppliers"
},
{
"id": "012719-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/012719-2026",
"datePublished": "2026-02-12T10:22:22Z",
"format": "text/html"
}
]
},
"language": "en"
}