Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Nuclear Energy Regulatory Justification Services Framework

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e675
Published by:
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)
Authority ID:
AA85878
Publication date:
26 March 2025
Deadline date:
02 May 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Authority has an agreement with the Department for Energy Security and Net Zero (DESNZ) to fulfil specific elements of the Justification process, as Justifying Authority for new nuclear energy technologies. The Authority’s Nuclear Justification Team’s role is to advise the SoS so that the SoS may determine the class or type of practice (CTP) that pertains to any application it receives from the nuclear industry and to decide whether the CTP is Justified or not.The Authority wishes to establish a framework of suppliers who have the requisite nuclear expertise to provide advice throughout the Justification process. The Authority's Nuclear Justification Team will use the services and deliverables provided by Framework Suppliers to inform its recommendations to the Secretary of State (SoS) in respect of an appropriate CTP and whether it is Justified.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)

Seacole Building, 2 Marsham Street

London

SW1P 4DF

UK

Contact person: Carol Caddick

Telephone: +44 7554439010

E-mail: carol.caddick@defra.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs

Address of the buyer profile: https://defra-family.force.com/s/Welcome

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://atamis-9529.my.site.com/s/Welcome


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Environment

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Nuclear Energy Regulatory Justification Services Framework

Reference number: C24286

II.1.2) Main CPV code

90713000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Authority has an agreement with the Department for Energy Security and Net Zero (DESNZ) to fulfil specific elements of the Justification process, as Justifying Authority for new nuclear energy technologies. The Authority’s Nuclear Justification Team’s role is to advise the SoS so that the SoS may determine the class or type of practice (CTP) that pertains to any application it receives from the nuclear industry and to decide whether the CTP is Justified or not.The Authority wishes to establish a framework of suppliers who have the requisite nuclear expertise to provide advice throughout the Justification process. The Authority's Nuclear Justification Team will use the services and deliverables provided by Framework Suppliers to inform its recommendations to the Secretary of State (SoS) in respect of an appropriate CTP and whether it is Justified.

II.1.5) Estimated total value

Value excluding VAT: 8 650 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

90711000

71621000

90711400

45251110

09300000

71311000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

England

II.2.4) Description of the procurement

The Authority's Nuclear Justification Team will use the services and deliverables provided by Framework Suppliers to inform its recommendations to the Secretary of State (SoS) in respect of an appropriate CTP and whether it is Justified.<br/>The Authority wishes to establish a framework of up to 12 (twelve) suppliers who have the requisite nuclear expertise to provide advice throughout the Justification process.<br/>The Framework is expected to commence in August 2025 and operate for a period of 60 months with an optional extension period of up to 18 months to permit ongoing assessments to be completed, with a maximum end date of January 2032.<br/>The Authority anticipates a range of Justification applications over the Framework term. These are expected to form the core of the work commissioned through the Framework. The Authority expects to receive two applications in 2025, and thereafter one or two applications per year. <br/>There is no guarantee or commitment to the number of applications to be assessed or the timelines for applications to be received over the Framework term. Each application is expected to take up to nineteen months to complete. <br/>The objective for this Framework is to appoint Framework Suppliers with the capability to provide the following services: <br/>• Undertake specific analyses and provide technical advice to inform Justification decisions on new nuclear energy technologies including but not limited to: <br/>o preparing detailed and comprehensive written reports, in an agreed manner and timeline, as required <br/>o presenting, explaining and discussing report findings to/with the NJ Team, statutory consultees and other stakeholders as required <br/>o other related analysis and technical advice as required. <br/>• Provide ongoing technical support to the NJ Team, including but not limited to: <br/>o providing expert knowledge, advice and support to enable interpretation and understanding of technical aspects and implications of data and information relevant to the Justification assessment process <br/>o providing advice on robustness of evidence, gaps in evidence and methods <br/>o providing access to expert bodies to approach to provide supplementary evidence where needed <br/>o co-authoring draft and final Decision documents with the NJ Team <br/>o other related technical support as required.<br/>The full Framework Specification and Bidder Pack can be downloaded from the eSourcing portal at https://atamis-9529.my.site.com/s/Welcome

II.2.5) Award criteria

Criteria below:

Quality criterion: Organisational Structure / Weighting: 10

Quality criterion: Conflict of Interest Management / Weighting: 10

Quality criterion: Staff Resource / Weighting: 15

Quality criterion: Sustainability & Social Value / Weighting: 10

Quality criterion: Technical Skills & Capability / Weighting: 40

Quality criterion: Quality Assurance / Weighting: 15

Quality criterion: Final Quality Weighting / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 8 650 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/08/2025

End: 31/07/2030

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The initial Framework term shall be 60 months with the potential for up to an 18 month extension period (exercisable by the Authority). The extension period is intended to enable the completion of assessments commenced during the initial framework term should this become necessary. It is not anticipated that new application assessments will be commenced after the end of the initial term.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Due to national security sensitivities around the services to be procured, Framework Suppliers, including Consortium Partners and sub-contractors, shall have and maintain a physical base in the UK or have a physical base in either a World Trade Organisation Agreement on Government Procurement (WTO GPA) Member party country (set out in Schedule 1A of the Regulations), or a Treaty country that the UK has an international free trade agreement with, for the duration of the Framework term. <br/> <br/>All personnel undertaking work on the Framework, including staff employed by Consortium Partners or sub-contractors, will be required to hold National security vetting Security Check (SC) level of clearance . For more information, see UK Security Vetting guidance.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 12

Justification for any framework agreement duration exceeding 4 years: The Authority has a five year programme of applications. It is the intention to establish the framework to cover the same time period to maintain continuity of service. The optional 18 month extension will allow the completion ongoing assessments and any further reviews of completed assessments required. No new assessments will be commissioned after the expiry of the initial framework term.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 02/05/2025

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 02/05/2025

Local time: 16:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Body

N/A

N/A

N/A

UK

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.4.2) Body responsible for mediation procedures

Public Procurement Review Body

N/A

N/A

N/A

UK

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.4.4) Service from which information about the review procedure may be obtained

Public Procurement Review Body

N/A

N/A

N/A

UK

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.5) Date of dispatch of this notice

21/02/2025

Coding

Commodity categories

ID Title Parent category
71311000 Civil engineering consultancy services Consultative engineering and construction services
09300000 Electricity, heating, solar and nuclear energy Petroleum products, fuel, electricity and other sources of energy
90711400 Environmental Impact Assessment (EIA) services other than for construction Environmental impact assessment other than for construction
90711000 Environmental impact assessment other than for construction Environmental management
90713000 Environmental issues consultancy services Environmental management
45251110 Nuclear-power station construction work Construction works for power plants and heating plants
71621000 Technical analysis or consultancy services Analysis services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
carol.caddick@defra.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.