Award

Core HR SaaS Licensing to include Recruitment Module

SELLAFIELD LIMITED

This public procurement record has 2 releases in its history.

AwardUpdate

01 Apr 2026 at 14:45

Award

01 Apr 2026 at 14:36

Summary of the contracting process

Sellafield Limited, a sub-central government public authority, has completed a direct award procurement process for the "Core HR SaaS Licensing to include Recruitment Module". The award, dated 1st April 2026, involves SAP (UK) Ltd as the supplier and covers the implementation of SAP's Enterprise Resource Planning (ERP) cloud-based solution to replace Sellafield's legacy on-premise SAP ERP system, which will become unsupported post-December 2030. This procurement falls under the software-related services category and is designed to ensure continuity in Sellafield's operations on a highly regulated nuclear site in Warrington, UK. The contractual period is set from 26th February 2027 to 25th February 2034, with the milestone signature date planned for 18th December 2026.

This procurement presents significant growth opportunities for businesses specialising in SaaS solutions and specifically those with expertise in SAP ERP deployment and support. Engaging as a specialist Implementation & Support Partner for subsequent phases via the Crown Commercial Services framework could benefit businesses of any scale looking to establish a foothold in the nuclear regulation sector or similar industries. The substantial nature of the contract value, grossing £33,120,000, reflects the extensive business potential for suppliers capable of maintaining robust software service standards in complex operational environments, particularly for enterprise or larger-scale entities seeking expansion within the UK market.

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

Notice Title

Core HR SaaS Licensing to include Recruitment Module

Notice Description

This UK05 Notice is in consideration of Sellafield Ltd.'s (Sellafield) requirement for a number of planned procurements to implement SAP's Enterprise Resource Planning (ERP) cloud-based solution as an upgrade from Sellafield Ltd.'s legacy on-premise SAP ERP solution; which is affected by an end of supported life constraint, to a replacement and fully supported SAP ERP SaaS solution. Sellafield operates in a complex, highly regulated nuclear licensed site environment and regulated by the UK Office of Nuclear Regulation (ONR). To mitigate against the version of SAP Business Suite 7 (BS7) ERP becoming unsupported, Sellafield is proposing to migrate these core services in 4 phases as follows: 1. Procurement of SAP Cloud ERP Core HR SaaS Licenses around December 2026 (C15136) 2. Procurement of a specialist Implementation & Support Partner (ISP) for Core HR service around April 2027 (C15137) 3. Procurement of SAP Cloud ERP S/4HANA + EAM SaaS Licences around July 2027 (C23156) 4. Procurement of a specialist Implementation & Support Partner (ISP) for S/4HANA + EAM service around July 2027 (C15139) As background, Sellafield operates its core business processes through a mature SAP platform covering Finance, HR, Procurement and Warehousing operations. The current ERP system (SAP BS7) which is provided by SAP, will no longer be supported after December 2030. Due to extended SAP support deadline to the SAP ECC Human Capital Management (HCM) there is a threat that beyond that date critical HR systems will fail, which may result in data integrity issues business disruption, non-compliance and increased manual interventions. Sellafield intends to make a direct award to SAP UK Limited for procurements 1 and 3 above, for a Master Agreement to provide a new SAP ERP Cloud system and subscription model for the various modules to replace legacy ERP solutions including Success Factors, S/4HANA and EAM. Sellafield's justification for such a direct award to SAP UK Limited is under Paragraph 7 "Additional or repeat goods, services or works under 7 (b) justification, in addition to absence of competition due to technical reasons under Paragraph 4 "Single Suppliers" under the Procurement Act 2023 (PA23) justifications.

Procurement Information

* Sellafield's current SAP ERP system will become unsupported after December 2030, so it must be upgraded or replaced to maintain long-term support and avoid significant risks to business continuity, system reliability, and cyber security. * SAP underpins all core enterprise processes and is deeply integrated with critical operational and regulatory systems. Replacing it with a different ERP would require wholesale process redesign across Finance, Procurement, Warehousing and HR, as well as extensive data, integration and control rebuilds creating significant technical constraints, challenges and risks. This would create a transformation lasting over five years - far exceeding the proportional effort of an in-family SAP upgrade and impossible to complete before existing support ends. * The SAP upgrade path enables Sellafield Ltd to retain and extend substantial investments already made in SAP HANA infrastructure and existing SAP modules including SuccessFactors for Talent including the Learning Management System, and established integration patterns. This avoids the cost of retiring working solutions, rebuilding the integration landscape, or procuring extensive retraining and consultancy support required for a different ERP platform. * Sellafield operates in a complex, highly regulated nuclear licensed site environment and SAP ERP support various Site Licence Conditions required by the UK Office of Nuclear Regulation (ONR). * The existing SAP landscape has a significant number of integrations with other internal and external systems. Moving to an alternative ERP solution would require all interfaces being re-architected, re-engineered and tested for compliance which significantly increases the technical complexity and risk that the migration would fail. * Sellafield's strategy is to simplify its application estate, moving to fewer, more strategic enterprise platforms; adopting a new ERP supplier or best of breed mesh architecture approach would reverse this, increase fragmentation, and create unnecessary technical complexity. * ERP platforms are not interchangeable; they become part of an organisation's digital DNA. For a site of Sellafield's scale and regulatory complexity, moving away from SAP would create disproportionate technical difficulty, heightened operational risk and major transition costs. * Sellafield Ltd plans to engage directly with SAP UK Ltd given access to SAP's Master Cloud Customer Agreement (MCCA) programme is not achievable via a competition, thus significant commercial advantages of direct award to SAP UK Ltd, Procurements for the specialist Implementation & Support Partner (ISP) requirements; items 2 and 4 above, are intended to be competed via Crown Commercial Services (CCS) Back Office Software 2 (BOS2) RM6285 framework or alternate or replacement CCS framework noting BOS2 expires on 17th August 2027.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-067aff
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/030499-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK5 - Transparency Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Direct
Procurement Method Details
Direct award
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

72260000 - Software-related services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£27,600,000 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
1 Apr 20262 days ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
1 Apr 20262 days ago
Contract Period
26 Feb 2027 - 25 Feb 2034 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SELLAFIELD LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
WARRINGTON
Postcode
WA3 6GR
Post Town
Warrington
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD6 Cheshire
Small Region (ITL 3)
TLD61 Warrington
Delivery Location
Not specified

Local Authority
Warrington
Electoral Ward
Birchwood
Westminster Constituency
Warrington North

Supplier Information

Number of Suppliers
1
Supplier Name

SAP (UK

Further Information

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-067aff-2026-04-01T15:45:27+01:00",
    "date": "2026-04-01T15:45:27+01:00",
    "ocid": "ocds-h6vhtk-067aff",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PWYP-8439-MZWY",
            "name": "Sellafield Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWYP-8439-MZWY"
            },
            "address": {
                "streetAddress": "Hinton House, Birchwood Park Avenue",
                "locality": "Warrington",
                "postalCode": "WA3 6GR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD61"
            },
            "contactPoint": {
                "name": "Rebecca Heath",
                "email": "rebecca.heath@sellafieldsites.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/sellafield-ltd",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-02152073",
            "name": "SAP (UK) Ltd",
            "identifier": {
                "scheme": "GB-COH",
                "id": "02152073"
            },
            "address": {
                "streetAddress": "Clockhouse Place Bedfont Road",
                "locality": "Feltham, Middlesex",
                "postalCode": "TW14 8HD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI75"
            },
            "contactPoint": {
                "email": "sumeet.gupta01@sap.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "vcse": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PWYP-8439-MZWY",
        "name": "Sellafield Limited"
    },
    "tender": {
        "id": "C15136",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Core HR SaaS Licensing to include Recruitment Module",
        "description": "This UK05 Notice is in consideration of Sellafield Ltd.'s (Sellafield) requirement for a number of planned procurements to implement SAP's Enterprise Resource Planning (ERP) cloud-based solution as an upgrade from Sellafield Ltd.'s legacy on-premise SAP ERP solution; which is affected by an end of supported life constraint, to a replacement and fully supported SAP ERP SaaS solution. Sellafield operates in a complex, highly regulated nuclear licensed site environment and regulated by the UK Office of Nuclear Regulation (ONR). To mitigate against the version of SAP Business Suite 7 (BS7) ERP becoming unsupported, Sellafield is proposing to migrate these core services in 4 phases as follows: 1. Procurement of SAP Cloud ERP Core HR SaaS Licenses around December 2026 (C15136) 2. Procurement of a specialist Implementation & Support Partner (ISP) for Core HR service around April 2027 (C15137) 3. Procurement of SAP Cloud ERP S/4HANA + EAM SaaS Licences around July 2027 (C23156) 4. Procurement of a specialist Implementation & Support Partner (ISP) for S/4HANA + EAM service around July 2027 (C15139) As background, Sellafield operates its core business processes through a mature SAP platform covering Finance, HR, Procurement and Warehousing operations. The current ERP system (SAP BS7) which is provided by SAP, will no longer be supported after December 2030. Due to extended SAP support deadline to the SAP ECC Human Capital Management (HCM) there is a threat that beyond that date critical HR systems will fail, which may result in data integrity issues business disruption, non-compliance and increased manual interventions. Sellafield intends to make a direct award to SAP UK Limited for procurements 1 and 3 above, for a Master Agreement to provide a new SAP ERP Cloud system and subscription model for the various modules to replace legacy ERP solutions including Success Factors, S/4HANA and EAM. Sellafield's justification for such a direct award to SAP UK Limited is under Paragraph 7 \"Additional or repeat goods, services or works under 7 (b) justification, in addition to absence of competition due to technical reasons under Paragraph 4 \"Single Suppliers\" under the Procurement Act 2023 (PA23) justifications.",
        "status": "complete",
        "procurementMethod": "direct",
        "procurementMethodDetails": "Direct award",
        "procurementMethodRationale": "* Sellafield's current SAP ERP system will become unsupported after December 2030, so it must be upgraded or replaced to maintain long-term support and avoid significant risks to business continuity, system reliability, and cyber security. * SAP underpins all core enterprise processes and is deeply integrated with critical operational and regulatory systems. Replacing it with a different ERP would require wholesale process redesign across Finance, Procurement, Warehousing and HR, as well as extensive data, integration and control rebuilds creating significant technical constraints, challenges and risks. This would create a transformation lasting over five years - far exceeding the proportional effort of an in-family SAP upgrade and impossible to complete before existing support ends. * The SAP upgrade path enables Sellafield Ltd to retain and extend substantial investments already made in SAP HANA infrastructure and existing SAP modules including SuccessFactors for Talent including the Learning Management System, and established integration patterns. This avoids the cost of retiring working solutions, rebuilding the integration landscape, or procuring extensive retraining and consultancy support required for a different ERP platform. * Sellafield operates in a complex, highly regulated nuclear licensed site environment and SAP ERP support various Site Licence Conditions required by the UK Office of Nuclear Regulation (ONR). * The existing SAP landscape has a significant number of integrations with other internal and external systems. Moving to an alternative ERP solution would require all interfaces being re-architected, re-engineered and tested for compliance which significantly increases the technical complexity and risk that the migration would fail. * Sellafield's strategy is to simplify its application estate, moving to fewer, more strategic enterprise platforms; adopting a new ERP supplier or best of breed mesh architecture approach would reverse this, increase fragmentation, and create unnecessary technical complexity. * ERP platforms are not interchangeable; they become part of an organisation's digital DNA. For a site of Sellafield's scale and regulatory complexity, moving away from SAP would create disproportionate technical difficulty, heightened operational risk and major transition costs. * Sellafield Ltd plans to engage directly with SAP UK Ltd given access to SAP's Master Cloud Customer Agreement (MCCA) programme is not achievable via a competition, thus significant commercial advantages of direct award to SAP UK Ltd, Procurements for the specialist Implementation & Support Partner (ISP) requirements; items 2 and 4 above, are intended to be competed via Crown Commercial Services (CCS) Back Office Software 2 (BOS2) RM6285 framework or alternate or replacement CCS framework noting BOS2 expires on 17th August 2027.",
        "lots": [
            {
                "id": "1",
                "status": "complete"
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ],
        "riskDetails": "SAP ERP Cloud (SuccessFactors plus S/4HANA and EAM) functionality is not as described or the SaaS SLA's fail to meet commitments (availability and outages). Additionally, the service must persist UK sovereignty of hosting and processing.",
        "procurementMethodRationaleClassifications": [
            {
                "id": "additionalRepeatExtensionPartialReplacement"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Core HR SaaS Licensing to include Recruitment Module",
            "status": "pending",
            "value": {
                "amountGross": 33120000,
                "amount": 27600000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-02152073",
                    "name": "SAP (UK) Ltd"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "72260000",
                            "description": "Software-related services"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2027-02-26T00:00:00Z",
                "endDate": "2034-02-25T23:59:59Z"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "030486-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/030486-2026",
                    "datePublished": "2026-04-01T15:36:01+01:00",
                    "format": "text/html"
                },
                {
                    "id": "030499-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/030499-2026",
                    "datePublished": "2026-04-01T15:45:27+01:00",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-12-18T23:59:59Z",
                    "status": "scheduled"
                }
            ],
            "amendments": [
                {
                    "id": "030499-2026",
                    "description": "Description completed"
                }
            ]
        }
    ],
    "language": "en"
}