Notice Information
Notice Title
pEPR Fee Modulation
Notice Description
The new UK Packaging Extended Producer Responsibility Scheme for Packaging ("pEPR") extends packaging producers' responsibility for packaging to the post-use stage so that they bear the costs of the end-of-life management of packaging materials by local authorities across the UK. In line with the 'polluter pays' principle, producers pay a 'disposal fee' per tonne of packaging material that they place on the market. This policy promotes the reduction in total amount and weight of packaging material generated and helps support shifts to more sustainable packaging materials. The four nations have agreed that a key objective of the scheme is to incentivise shifts to more sustainable packaging. pEPR regulations enable the pEPR Scheme Administrator (PackUK) to adjust packaging fees based on a wide range of environmental sustainability criteria, subject to the agreement of the 4 nations. From year 2 of pEPR (2026 invoices charged to producers for packaging placed on the market in calendar year 2025) fees charged will be "modulated" to incentivise recyclable packaging. This will be based on the Recyclability Assessment Methodology (RAM) which PackUK published the first draft of in December 2024. Modulation based on recyclability was only designed to be an initial policy, and the intention was always to build a stronger evidence base to modulate based on other sustainability factors. This project commissioned on behalf of the 4 Nations and PackUK will deliver vital research to deliver modulation based on these further factors.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-b75a0390-eb98-4aff-a7e2-ec0881813f48
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/a401c52a-9ea5-4d97-beeb-cb7e4f316e5c
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Call-off from a framework agreement
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
73 - Research and development services and related consultancy services
-
- CPV Codes
73200000 - Research and development consultancy services
Notice Value(s)
- Tender Value
- £203,861 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- £203,861 £100K-£500K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 Nov 20253 months ago
- Submission Deadline
- 8 Oct 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 7 Nov 20253 months ago
- Contract Period
- 17 Nov 2025 - 31 Jul 2026 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT FOR ENVIRONMENT FOOD & RURAL AFFAIRS
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 3JR
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/a401c52a-9ea5-4d97-beeb-cb7e4f316e5c
12th November 2025 - Awarded contract notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-b5fd17-b75a0390-eb98-4aff-a7e2-ec0881813f48-2025-11-12T14:12:09Z",
"date": "2025-11-12T14:12:09Z",
"ocid": "ocds-b5fd17-b75a0390-eb98-4aff-a7e2-ec0881813f48",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "C31905",
"title": "pEPR Fee Modulation",
"description": "The new UK Packaging Extended Producer Responsibility Scheme for Packaging (\"pEPR\") extends packaging producers' responsibility for packaging to the post-use stage so that they bear the costs of the end-of-life management of packaging materials by local authorities across the UK. In line with the 'polluter pays' principle, producers pay a 'disposal fee' per tonne of packaging material that they place on the market. This policy promotes the reduction in total amount and weight of packaging material generated and helps support shifts to more sustainable packaging materials. The four nations have agreed that a key objective of the scheme is to incentivise shifts to more sustainable packaging. pEPR regulations enable the pEPR Scheme Administrator (PackUK) to adjust packaging fees based on a wide range of environmental sustainability criteria, subject to the agreement of the 4 nations. From year 2 of pEPR (2026 invoices charged to producers for packaging placed on the market in calendar year 2025) fees charged will be \"modulated\" to incentivise recyclable packaging. This will be based on the Recyclability Assessment Methodology (RAM) which PackUK published the first draft of in December 2024. Modulation based on recyclability was only designed to be an initial policy, and the intention was always to build a stronger evidence base to modulate based on other sustainability factors. This project commissioned on behalf of the 4 Nations and PackUK will deliver vital research to deliver modulation based on these further factors.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "73200000",
"description": "Research and development consultancy services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 203861.56,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Call-off from a framework agreement",
"tenderPeriod": {
"endDate": "2025-10-08T17:30:00+01:00"
},
"contractPeriod": {
"startDate": "2025-11-17T00:00:00Z",
"endDate": "2026-07-31T23:59:59+01:00"
},
"suitability": {
"sme": false,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-GOR-D7",
"name": "DEPARTMENT FOR ENVIRONMENT FOOD & RURAL AFFAIRS",
"identifier": {
"legalName": "DEPARTMENT FOR ENVIRONMENT FOOD & RURAL AFFAIRS",
"scheme": "GB-GOR",
"id": "D7"
},
"address": {
"streetAddress": "SEACOLE BUILDING",
"locality": "LONDON",
"postalCode": "SW1P3JR",
"countryName": "England"
},
"contactPoint": {
"email": "Network.procurement@defra.gov.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-COH-01383511",
"name": "WSP UK Limited",
"identifier": {
"legalName": "WSP UK Limited",
"scheme": "GB-COH",
"id": "01383511"
},
"address": {
"streetAddress": "WSP House 70 Chancery Lane, London, WC2A 1AF"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-GOR-D7",
"name": "DEPARTMENT FOR ENVIRONMENT FOOD & RURAL AFFAIRS"
},
"awards": [
{
"id": "ocds-b5fd17-b75a0390-eb98-4aff-a7e2-ec0881813f48-1",
"status": "active",
"date": "2025-11-07T00:00:00Z",
"datePublished": "2025-11-12T14:12:09Z",
"value": {
"amount": 203861.56,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-01383511",
"name": "WSP UK Limited"
}
],
"contractPeriod": {
"startDate": "2025-11-17T00:00:00Z",
"endDate": "2026-07-31T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/a401c52a-9ea5-4d97-beeb-cb7e4f316e5c",
"datePublished": "2025-11-12T14:12:09Z",
"format": "text/html",
"language": "en"
}
]
}
]
}