Buyer Name: The Mayor and Commonalty and Citizens of the City of London
Buyer Address: PO Box 270, City of London, UKI43, EC2P 2EJ, United Kingdom
Contact Email: CityProc.Operations@cityoflondon.gov.uk
Contact Telephone: 020 7606 3030
Buyer Name: The Mayor and Commonalty and Citizens of the City of London
Buyer Address: PO Box 270, City of London, UKI43, EC2P 2EJ, United Kingdom
Contact Email: CityProc.Operations@cityoflondon.gov.uk
Contact Telephone: 020 7606 3030
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 £112500 exc. VAT
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/019859-2026
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value: GBP 450,000
Lot 1 Value (Gross): GBP 540,000
Lot 1 Contract Start: 2026-10-01T00:00:00+01:00
Lot 1 Contract End: 2028-09-30T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Technical (50%)
Lot 1 Award Criterion (quality): Responsible Procurement (15%)
Lot 1 Award Criterion (cost): Commercial (35%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PYQD-1693-MYXR",
"name": "The Mayor and Commonalty and Citizens of the City of London"
},
"date": "2026-03-05T11:59:34Z",
"id": "019859-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-05db63",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "City of London",
"postalCode": "EC2P 2EJ",
"region": "UKI43",
"streetAddress": "PO Box 270"
},
"contactPoint": {
"email": "CityProc.Operations@cityoflondon.gov.uk",
"telephone": "020 7606 3030"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://www.cityoflondon.gov.uk"
},
"id": "GB-PPON-PYQD-1693-MYXR",
"identifier": {
"id": "PYQD-1693-MYXR",
"scheme": "GB-PPON"
},
"name": "The Mayor and Commonalty and Citizens of the City of London",
"roles": [
"buyer"
]
}
],
"tag": [
"tenderUpdate"
],
"tender": {
"aboveThreshold": true,
"amendments": [
{
"description": "The opening of the Invitation to Participate has been extended. It will now close on 11th March 2026 at 12:00pm.",
"id": "019859-2026"
}
],
"awardPeriod": {
"endDate": "2026-06-26T23:59:59+01:00"
},
"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. \nThe 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. \n1. Provide invoice validation services. This includes utilities on the City\u0027s corporate contracts and ad-hoc supplies. All invoices must be loaded by the contractor into the software. \n2. Provide easily accessible and customizable dashboards for cost, consumption and carbon based on portfolio, site, utility, meter level and Fund. \n 3. Provide high consumption notifications for any utility/site/meter, based on invoice or HH data. \n 4. Ensure customer satisfaction by allocating a dedicated account manager and accountability for KPI performance. \n 5. Invoices to Accounts payable are provided in a file format requested by the City in order to upload to the City\u0027s payment system (SAP). This must be completed for all utilities including electricity, gas, district heating/cooling and water. \nThe 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).\u202f 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.\u202f\u202f \nThe City wishes to form a strong partnership with a provider who is eager to support the City\u0027s ambitious climate goals by freeing up City\u0027s 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.\u202f \nThis tendering exercise is being undertaken using the electronic tendering system \u2018City of London Corporation Sourcing \u0026 Contracts Portal\u2019 (https://cityoflondon.ukp.app.jaggaer.com/) Suppliers will need to register an interest on the system in order to participate and registration is free. \nThe 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 \u00a3112500 exc. VAT",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"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",
"documentType": "biddingDocuments",
"id": "future"
},
{
"datePublished": "2026-03-05T11:59:34Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "019859-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/019859-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-02-26T12:00:00+00:00"
},
"expressionOfInterestDeadline": "2026-03-11T12:00:00+00:00",
"id": "ocds-h6vhtk-05db63",
"items": [
{
"additionalClassifications": [
{
"description": "General utility software development services",
"id": "72212771",
"scheme": "CPV"
},
{
"description": "General utility software package",
"id": "48771000",
"scheme": "CPV"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Responsible Procurement",
"numbers": [
{
"number": 15,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Commercial",
"numbers": [
{
"number": 35,
"weight": "percentageExact"
}
],
"type": "cost"
}
]
},
"contractPeriod": {
"endDate": "2028-09-30T23:59:59+01:00",
"maxExtentDate": "2030-09-30T23:59:59+01:00",
"startDate": "2026-10-01T00:00:00+01:00"
},
"hasRenewal": true,
"id": "1",
"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."
},
"selectionCriteria": {
"criteria": [
{
"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). \nBidders\u2019 will be assessed against the following criteria: \n1. Minimum Revenue Requirement \n2. D\u0026B Overall Business Risk \nMinimum Revenue Requirement: \nThe 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 \u20182.0\u2019 or greater. A financial year is taken to be of 12 months\u2019 duration; where this is not the case a pro rata calculation will be used to establish the 12 months\u2019 equivalent. \nD\u0026B Overall Business Risk \nThe City will obtain a credit report on D\u0026B Credit using the Company Registration number provided in Q1.3.2 of the \u2018Potential Supplier Information\u2019. As D\u0026B 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 \u2018Low\u2019, \u2018Moderate-Low\u2019, and \u2018Moderate\u2019 for the Overall Business Risk will pass this part of the Finance Check. \nBidders scoring \u2018Moderate-High\u2019 or \u2018High\u2019 will be assessed against the information provided as part of the Qualification Envelope \u2018Finance Self-Cleansing\u2019 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": "economic"
},
{
"description": "Suppliers must demonstrate their technical and professional ability through completion of the Technical and Professional Ability Questionnaire.",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true,
"vcse": true
},
"value": {
"amount": 450000,
"amountGross": 540000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "This Competitive Flexible Procedure will be conducted in two (2) stages:\nStage 1 \u2013 Invitation to Participate (ITP)\nStage 2 \u2013 Invitation to Tender (ITT)\nStage 1 - Invitation to Participate (ITP) Evaluation Process:\nThe City will assess each bidder\u2019s ITP submission in four (4) stepss:\nStep 1: Compliance Check\nStep 2: Exclusion and Debarment Check\nStep 3: Conditions of Participation Assessment\nCompliant submissions will be assessed against the Conditions of Participation criteria set out in the Qualification Envelope.\nStep 4: Technical and Professional Ability Assessment\nResponses 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.\nSuppliers 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.\nThe top five (5) ranked suppliers will be invited to tender (Stage 2). Further details on the selection methodology are provided in the ITP Pack.\nStage 2 \u2013 Invitation to Tender (ITT) Evaluation:\nSuppliers invited to tender will be evaluated against the following award criteria:\n- Responsible Procurement \u2013 15%\n- Technical \u2013 50% (Written Responses \u2013 40% and Demonstration \u2013 10%)\n- Commercial \u2013 35%\nFollowing evaluation of the ITT submissions:\nTechnical (Written Responses \u2013 40%)\nResponsible Procurement (15%)\nCommercial (35%)\nThe 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%)."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"status": "active",
"submissionMethodDetails": "https://cityoflondon.ukp.app.jaggaer.com/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"title": "ESG and Sustainability System",
"value": {
"amount": 450000,
"amountGross": 540000,
"currency": "GBP"
}
}
}