Contract

Requirement Management System

  • Great British Energy - Nuclear

F03: Contract award notice

Notice identifier: 2026/S 000-012612

Procurement identifier (OCID): ocds-h6vhtk-064e61

Published 11 February 2026, 5:11pm



Section one: Contracting authority

one.1) Name and addresses

Great British Energy - Nuclear

10 Victoria Street,

London

SW1H 0NB

Email

commercialcdp@greatbritishnuclear.uk

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

05027024

Internet address(es)

Main address

https://www.gov.uk/government/organisations/great-british-energy-nuclear

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Requirement Management System

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

GBN has awarded a contract for the supply, implementation and support of a modern Requirements Management System to act as the organisation’s authoritative system of record for requirements across its Small Modular Reactor (SMR) programme.

The system enables requirements capture, traceability, verification and validation, auditability, and secure collaboration with delivery partners.

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: £464,308.93

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

GBN sought a modern, scalable, and secure Requirements Management System capable of acting as the system of record for GBN and its Small Modular Reactor (SMR) projects. The RMS will support requirement definition, traceability, verification & validation, project assurance, and data lifecycle integrity across GBN and future DevCos.

The system must integrate with GBN’s digital estate, support secure collaboration with supply chain partners, and comply with UK data residency and cyber‑security requirements.

two.2.5) Award criteria

Quality criterion - Name: Price / Weighting: 30

Quality criterion - Name: SOCIAL VALUE / Weighting: 10

Quality criterion - Name: CONTRACT / PERFORMANCE MANAGEMENT & CONTINUOUS IMPROVEMENT / Weighting: 10

Quality criterion - Name: EXPERIENCE / TRACK RECORD / CASE STUDY / Weighting: 10

Quality criterion - Name: PROPOSED APPROACH AND METHODOLOGY / Weighting: 20

Quality criterion - Name: UNDERSTANDING OF REQUIREMENTS AND TECHNICAL SOLUTION / Weighting: 20

Price - Weighting: 100

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 supplier was selected following a compliant mini‑competition under a pre‑approved national framework.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No


Section five. Award of contract

Contract No

con_8545

Title

Provision of Requirement Management System

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 July 2025

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Phoenix Software Limited

Blenheim House York Road

Pocklington, York

YO421NS

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £464,398.93

Total value of the contract/lot: £464,308.93


Section six. Complementary information

six.3) Additional information

Variation 1 (2026 – Patching & Configuration Support)

• Addition of ad‑hoc pay‑per‑use urgent patching

• Addition of 8 consultancy days for extended Polarion tool configuration

• Value: £15,306.50 (ex VAT)

Variation made under PCR 2015 Regulation 72(1)(b) (additional necessary services where change of supplier would cause duplication of cost/inconvenience)

Total Contract Value After Variation 1

£479,615.43 (ex VAT)

(£464,308.93 + £15,306.50)

£575,538.52 (inc VAT)

(£557,170.72 + £18,367.80)

six.4) Procedures for review

six.4.1) Review body

Cabinet Office

London

Country

United Kingdom