Section one: Contracting authority
one.1) Name and addresses
The Mayor and Commonalty and Citizens of the City of London
Po Box 270, Guildhall
London
EC2P 2EJ
Taiwo.Muraina-Akinboade@cityoflondon.gov.uk
Telephone
+44 2076063030
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
https://www.cityoflondon.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Property Management Software renewal
two.1.2) Main CPV code
- 72268000 - Software supply services
two.1.3) Type of contract
Services
two.1.4) Short 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.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,246,543
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The system facilitates the collection and administration of approximately £180 million per annum in rental and service charge income, supporting leasehold billing, financial reporting, and compliance with key standards such as IFRS16.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
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 £1 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.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 October 2025
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Softcat PLC
Solar house, fieldhouse lane, Marlow
Buckinghamshire
SL71LW
Country
United Kingdom
NUTS code
- UKJ13 - Buckinghamshire CC
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,246,543
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court, Royal Courts of Justice
The Mayor and Commonalty and Citizens of the City of London
London
EC2P 2EJ
taiwo.Muraina@cityoflondon.gov.uk
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Mayor and Commonalty and Citizens of the City of London
London
EC2P 2EJ
taiwo.Muraina@cityoflondon.gov.uk
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
High Court of England and Wales
The Mayor and Commonalty and Citizens of the City of London
London
EC2P 2EJ
taiwo.Muraina@cityoflondon.gov.uk
Country
United Kingdom