Scope
Reference
T/JA137/25
Description
The MRF currently operate what is locally referred to as a "fractured LIMS", which consists of several tools that take the place of different tasks of a LIMS, but don't fully interconnect or interact with each other. This means manual transfer of information, duplication of information across systems, and possibility of inaccuracy to be created. The requirement is for a replacement LIMS system are captured below under 6 key areas (customer management, document tracking, reporting, sample tracking, equipment and compliance). Each of these points is a requirement for the replacement LIMS system, unless it is marked as optional.
Total value (estimated)
- £400,000 excluding VAT
- £480,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 26 February 2026 to 26 February 2028
- Possible extension to 26 February 2030
- 4 years, 1 day
Description of possible extension:
2 year initial term with the option to extend by two individual years (2+1+1)
Main procurement category
Services
CPV classifications
- 72268000 - Software supply services
- 72261000 - Software support services
- 72263000 - Software implementation services
- 73111000 - Research laboratory services
Contract locations
- UK - United Kingdom
Submission
Enquiry deadline
14 January 2026, 12:00pm
Submission type
Tenders
Tender submission deadline
6 February 2026, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
9 February 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Technical | Technical submission |
Quality | 60% |
| Commercial | Commercial element of bid (Appendix B - Pricing Schedule) |
Price | 30% |
| Demonstration | Demonstrations (only suppliers invited through to stage 2) |
Quality | 10% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
This tender has been conducted using the new Competitive Flexible Procedure introduced as part of the Procurement Act 23, (known as PA23). This guidance explains the various stages of the evaluation process. A Competitive Flexible tender procedure enables a public sector organisation to design the tender process to best fit the requirements of the contract and through the tender understand the most advantageous tender that meets the requirement through introducing additional a range of additional processes. This could include the issue of a tender that will be evaluated through the through stages. Each stage would be evaluated against the advertised criteria, reducing the number of bidders at each stage leading to the identification of a preferred bidder and then award of contract. This type of tender allows for a flexible design which may also include the ability to negotiate with the bidders at key stages of the evaluation. The tender you have applied for may be a straightforward two stage tender shortlisting an agreed number of bidders to invite to tender or may be a more complex tender that could involve evaluation stages, a negotiation stage, presentations, and/or requirement for a site visit or build of a prototype. The Tender documents and the Tender Notice will set out the detailed arrangements for the evaluation of the tender for which you have applied. The evaluation of the tender will always follow a similar evaluation structure. To help you understand the process the stages that may relate to the contract you have applied for are set out below: 1. Step 1 - We determine if a supplier is an Excluded/ Excludable supplier checking the Central Digital Platform. 2. Step 2 - Check satisfactory compliance with establishing the completeness of the submitted tender to be able to take forward for next stages of the tender. 3. Step 3 - Conduct the Conditions of Participation evaluation and check if any connected or sub suppliers may be Excluded or Excludable. This will have been used to shortlist the suppliers who have submitted a final tender for evaluation. This stage may also be used to reduce the number of Bidders who will then be shortlisted and invited to proceed to tender stage. 4. Step 4 - UKAEA officers evaluate technical, quality, and social value of compliant tender responses. 5. Step 5 - Price, commercial evaluation is conducted. 6. Step 6 - Assessment of the overall score for both technical and price elements of the tender. If this is the final stage of the process the tender panel will determine the Preferred Bidder/s.
Contracting authority
UK Atomic Energy Authority
- Public Procurement Organisation Number: PLJV-1169-JTDD
Culham Science Centre
Oxfordshire
OX14 3DB
United Kingdom
Contact name: Jonny Adams
Telephone: +12 35528822
Email: jonny.adams@ukaea.uk
Website: https://www.gov.uk/government/organisations/uk-atomic-energy-authority
Region: UKJ14 - Oxfordshire
Organisation type: Public authority - sub-central government