Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS
Seacole Building, 2 Marsham Street
London
SW1P 4DF
UK
Contact person: Carol Caddick
E-mail: procurement@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.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<br/>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 has established a framework of suppliers who have<br/>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.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
8 650 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
71621000
90711000
45251110
09300000
71311000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
UK
II.2.4) Description of the procurement
The Authority's Nuclear Justification (NJ) 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 has established a framework of 8 (eight) suppliers that have the requisite nuclear expertise to provide the following services throughout the Justification process.<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 Framework will commence on 01/10/2025 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 March 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. 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 Justification application is expected to take up to nineteen months to complete.
II.2.5) Award criteria
Quality criterion: Technical Skills & Capability
/ Weighting: 40
Quality criterion: Organisational Structure
/ Weighting: 10
Quality criterion: Conflict of Interest Management
/ Weighting: 10
Quality criterion: Staff Resource
/ Weighting: 15
Quality criterion: Quality Assurance
/ Weighting: 15
Quality criterion: Sustainability & Social Value
/ Weighting: 10
Quality criterion: Final Quality Weighting
/ Weighting: 70
Price
/ Weighting:
30
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<br/>become necessary. It is not anticipated that new application assessments will be commenced after the end of the initial framework 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 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
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-006720
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
29/08/2025
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
AFRY Solutions UK
1192469
920 Birchwood Blvd
Warrington
WA3 7QS
UK
E-mail: dave.taylor@afry.com
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: .01
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
29/08/2025
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Assystem Energy and Infrastructure
03148098
Innovation Centre, 1 Evolution Park, Haslingden Road, Blackburn, Lancashire, BB1 2FD
Blackburn
BB1 2FD
UK
Telephone: +44 1254927600
E-mail: info@assystemuk.com
NUTS: UK
Internet address(es)
URL: https://www.assystem.com/en/
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: .01
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
29/08/2025
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Egis UK – Consulting and Engineering Limited
11475428
3 Valentine Place, Southwark
London
SE1 8QH
UK
Telephone: +44 1254927600
E-mail: info@assystemuk.com
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: .01
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
29/08/2025
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
TUV SUD Limited
SC215164
Napier Building, Scottish Enterprise Technology Park, East Kilbride Glasgow
Glasgow
G75 0QF
UK
E-mail: nt.commercial.uk@tuvsud.com
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: .01
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
29/08/2025
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Energy, Safety and Risk Consultants (UK) Limited
07825532
305 Bridgewater Place, Birchwood Park
Warrington
WA3 6XF
UK
E-mail: zeb.farooq@amentum.com
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: .01
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
29/08/2025
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
RSK Environment Ltd
SC115530
65 Sussex Street
Glasgow
G41 1DX
UK
Telephone: +44 1928726006
E-mail: publicsector@rsk.co.uk
NUTS: UK
Internet address(es)
URL: https://rskgroup.com/
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: .01
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
29/08/2025
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Frazer-Nash Consultancy Ltd
2562870
Hill Park Court, Springfield Drive, Leatherhead, Surrey,
Leatherhead
KT22 7NL
UK
Telephone: +44 1306885050
NUTS: UK
Internet address(es)
URL: www.fnc.co.uk
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: .01
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
29/08/2025
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
PA Consulting Services Ltd
414220
10 Bressenden Place
London
SW1E 5DN
UK
NUTS: UK
Internet address(es)
URL: www.paconsulting.com
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: .01
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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
13/10/2025