Award

Laboratory Information Management System

UK ATOMIC ENERGY AUTHORITY

This public procurement record has 2 releases in its history.

Award

23 Feb 2026 at 09:08

Tender

16 Dec 2025 at 10:30

Summary of the contracting process

The UK Atomic Energy Authority, based in Oxfordshire, recently awarded a contract for a Laboratory Information Management System (LIMS) to Agaram Technologies Private Limited. This procurement, part of the Competitive Flexible Procedure, focuses on software implementation services under the services category. The process was finalised on 23rd February 2026 with the standstill period ending on 4th March 2026. The contract period is set from 6th March 2026 to 6th March 2028, with the option for two additional extension years. This project, addressing issues with the current "fractured LIMS," spans several core areas such as customer management and compliance and is above the set threshold, demonstrating the importance and scale of the contract.

This tender offers significant growth opportunities for businesses involved in software implementation and management systems, particularly those focused on laboratory settings. Providers of high-quality, configurable LIMS solutions that can seamlessly integrate multiple disparate systems would find this opportunity advantageous. The competitive flexible procedure allows for innovative approaches, which would benefit technologically adept SMEs capable of adapting to the dynamic needs of public authorities like the UK Atomic Energy Authority. With an open procurement method, the process enhances business credibility and competitive presence in the government sector while providing an avenue for expanding market influence within the UK and potentially across different regions globally.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Laboratory Information Management System

Notice 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.

Lot Information

Lot LOT-0000

Renewal: 2 year initial term with the option to extend by two individual years (2+1+1)

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05f65d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015896-2026
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support

73 - Research and development services and related consultancy services


CPV Codes

72261000 - Software support services

72263000 - Software implementation services

72268000 - Software supply services

73111000 - Research laboratory services

Notice Value(s)

Tender Value
£400,000 £100K-£500K
Lots Value
£400,000 £100K-£500K
Awards Value
£280,920 £100K-£500K
Contracts Value
Not specified

Notice Dates

Publication Date
23 Feb 20262 months ago
Submission Deadline
6 Feb 2026Expired
Future Notice Date
Not specified
Award Date
16 Feb 20262 months ago
Contract Period
6 Mar 2026 - 6 Mar 2028 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
UK ATOMIC ENERGY AUTHORITY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
OXFORDSHIRE
Postcode
OX14 3DB
Post Town
Oxford
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ14 Oxfordshire CC
Delivery Location
Not specified

Local Authority
South Oxfordshire
Electoral Ward
Sandford & the Wittenhams
Westminster Constituency
Didcot and Wantage

Supplier Information

Number of Suppliers
1
Supplier Name

AGARAM TECHNOLOGIES

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-05f65d-2026-02-23T09:08:18Z",
    "date": "2026-02-23T09:08:18Z",
    "ocid": "ocds-h6vhtk-05f65d",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PLJV-1169-JTDD",
            "name": "UK Atomic Energy Authority",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLJV-1169-JTDD"
            },
            "address": {
                "streetAddress": "Culham Science Centre",
                "locality": "Oxfordshire",
                "postalCode": "OX14 3DB",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ14"
            },
            "contactPoint": {
                "name": "Jonny Adams",
                "email": "jonny.adams@ukaea.uk",
                "telephone": "+12 35528822"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/uk-atomic-energy-authority",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PTJJ-2681-CHTD",
            "name": "Agaram Technologies Private Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PTJJ-2681-CHTD"
            },
            "address": {
                "streetAddress": "510 Alpha wing Raheja Towers Anna Salai",
                "locality": "Chennai",
                "postalCode": "600002",
                "country": "IN",
                "countryName": "India",
                "region": "IN"
            },
            "contactPoint": {
                "email": "mukunth@agaramtech.com",
                "telephone": "+91 4442082005"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PLJV-1169-JTDD",
        "name": "UK Atomic Energy Authority"
    },
    "tender": {
        "id": "T/JA137/25",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Laboratory Information Management System",
        "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.",
        "status": "complete",
        "items": [
            {
                "id": "LOT-0000",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72268000",
                        "description": "Software supply services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72261000",
                        "description": "Software support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72263000",
                        "description": "Software implementation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73111000",
                        "description": "Research laboratory services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT-0000"
            }
        ],
        "value": {
            "amountGross": 480000,
            "amount": 400000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "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."
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=100934&TID100106180&B=",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-06T12:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-01-14T12:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-02-09T23:59:59Z"
        },
        "lots": [
            {
                "id": "LOT-0000",
                "status": "complete",
                "value": {
                    "amountGross": 480000,
                    "amount": 400000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Technical submission",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Demonstration",
                            "description": "Demonstrations (only suppliers invited through to stage 2)",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Commercial element of bid (Appendix B - Pricing Schedule)",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-02-26T00:00:00Z",
                    "endDate": "2028-02-26T23:59:59Z",
                    "maxExtentDate": "2030-02-26T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 year initial term with the option to extend by two individual years (2+1+1)"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "083199-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/083199-2025",
                "datePublished": "2025-12-16T10:30:31Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-PPON-PTJJ-2681-CHTD",
                        "name": "Agaram Technologies Private Limited"
                    }
                ],
                "relatedLots": [
                    "LOT-0000"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 6,
                "relatedLot": "LOT-0000"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 1,
                "relatedLot": "LOT-0000"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 1,
                "relatedLot": "LOT-0000"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "LOT-0000"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Laboratory Information Management System",
            "status": "pending",
            "date": "2026-02-16T00:00:00Z",
            "value": {
                "amountGross": 340000,
                "amount": 280920,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PTJJ-2681-CHTD",
                    "name": "Agaram Technologies Private Limited"
                }
            ],
            "items": [
                {
                    "id": "LOT-0000",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "72263000",
                            "description": "Software implementation services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "LOT-0000"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-03-04T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-03-06T00:00:00Z",
                "endDate": "2028-03-06T23:59:59Z",
                "maxExtentDate": "2030-02-27T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "two individual optional extension years."
            },
            "relatedLots": [
                "LOT-0000"
            ],
            "documents": [
                {
                    "id": "015896-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/015896-2026",
                    "datePublished": "2026-02-23T09:08:18Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-02-16T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-03-05T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        }
    ]
}