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 Award Notice

Nuclear Energy Regulatory Justification Services Framework

  • First published: 14 October 2025
  • Last modified: 14 October 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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)

Contents

Summary

OCID:
ocds-h6vhtk-04e675
Published by:
Department of Environment, Food and Rural Affairs
Authority ID:
AA81294
Publication date:
14 October 2025
Deadline date:
-
Notice type:
Contract Award 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<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.

Full notice text

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

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
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:
procurement@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.