Tender

NUCLEAR ENERGY REGULATORY JUSTIFICATION SERVICES FRAMEWORK

DEPARTMENT FOR ENVIRONMENT, FOOD AND RURAL AFFAIRS

This public procurement record has 1 release in its history.

Tender

21 Feb 2025 at 15:24

Summary of the contracting process

The Department for Environment, Food and Rural Affairs (Defra) has initiated an open tender process for the "Nuclear Energy Regulatory Justification Services Framework". This procurement falls under the industry categories of nuclear-power station construction work, environmental consultation, and technical analysis. The procurement aims to establish a framework of up to 12 suppliers to provide nuclear expertise to aid the Nuclear Justification Team in advising the Secretary of State on new nuclear energy technologies. The procurement method is an open procedure, and the tender stage officially started on 21 February 2025. Key dates include the tender submission deadline on 2 May 2025, and the contract period will run from 1 August 2025 to 31 July 2030. Services are expected to be provided across various regions including the United Kingdom, British Overseas Territories, Channel Islands, Isle of Man, Europe, and the rest of the world.

This tender presents significant business growth opportunities, particularly for firms with expertise in nuclear energy, environmental impact assessment, and technical consultancy. Small and medium-sized enterprises (SMEs) are encouraged to participate, given the framework's predisposal towards SME suitability. The successful suppliers will benefit from long-term engagement with Defra, providing specialised analyses, technical advice, and support services. Businesses capable of preparing detailed reports, offering expert consultation, and co-authoring decision documents will be well-suited to this tender. Such involvement could enhance their profile and lead to further opportunities within the nuclear regulation sector.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

NUCLEAR ENERGY REGULATORY JUSTIFICATION SERVICES FRAMEWORK

Notice 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 up to 12 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. The objective for this Framework is to appoint Framework Suppliers with the capability to provide the following services: * Undertake specific analyses and provide technical advice to inform Justification decisions on new nuclear energy technologies including but not limited to: o preparing detailed and comprehensive written reports, in an agreed manner and timeline, as required o presenting, explaining and discussing report findings to/with the NJ Team, statutory consultees and other stakeholders as required o other related analysis and technical advice as required. * Provide ongoing technical support to the NJ Team, including but not limited to: 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 o providing advice on robustness of evidence, gaps in evidence and methods o providing access to expert bodies to approach to provide supplementary evidence where needed o co-authoring draft and final Decision documents with the NJ Team o other related technical support as required. 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 above-mentioned address Tenders or requests to participate must be submitted to the above-mentioned address

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-cf8c2832-9f90-423f-ab55-d61fd5e248fc
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/92753456-3016-45f6-b1bf-83029f04acf3
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

09 - Petroleum products, fuel, electricity and other sources of energy

45 - Construction work

71 - Architectural, construction, engineering and inspection services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

09300000 - Electricity, heating, solar and nuclear energy

45251110 - Nuclear-power station construction work

71311000 - Civil engineering consultancy services

71621000 - Technical analysis or consultancy services

90711000 - Environmental impact assessment other than for construction

90711400 - Environmental Impact Assessment (EIA) services other than for construction

90713000 - Environmental issues consultancy services

Notice Value(s)

Tender Value
£8,650,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Feb 20251 years ago
Submission Deadline
2 May 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Jul 2025 - 31 Jul 2030 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR ENVIRONMENT, FOOD AND 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 4DF
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

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-b5fd17-cf8c2832-9f90-423f-ab55-d61fd5e248fc-2025-02-21T15:24:05Z",
    "date": "2025-02-21T15:24:05Z",
    "ocid": "ocds-b5fd17-cf8c2832-9f90-423f-ab55-d61fd5e248fc",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CF-0464300D8d000003VQwdEAG",
        "title": "NUCLEAR ENERGY REGULATORY JUSTIFICATION SERVICES FRAMEWORK",
        "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 up to 12 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. The objective for this Framework is to appoint Framework Suppliers with the capability to provide the following services: * Undertake specific analyses and provide technical advice to inform Justification decisions on new nuclear energy technologies including but not limited to: o preparing detailed and comprehensive written reports, in an agreed manner and timeline, as required o presenting, explaining and discussing report findings to/with the NJ Team, statutory consultees and other stakeholders as required o other related analysis and technical advice as required. * Provide ongoing technical support to the NJ Team, including but not limited to: 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 o providing advice on robustness of evidence, gaps in evidence and methods o providing access to expert bodies to approach to provide supplementary evidence where needed o co-authoring draft and final Decision documents with the NJ Team o other related technical support as required. 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 above-mentioned address Tenders or requests to participate must be submitted to the above-mentioned address",
        "datePublished": "2025-02-21T15:24:04Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45251110",
            "description": "Nuclear-power station construction work"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "90713000",
                "description": "Environmental issues consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "90711000",
                "description": "Environmental impact assessment other than for construction"
            },
            {
                "scheme": "CPV",
                "id": "71621000",
                "description": "Technical analysis or consultancy services"
            },
            {
                "scheme": "CPV",
                "id": "90711400",
                "description": "Environmental Impact Assessment (EIA) services other than for construction"
            },
            {
                "scheme": "CPV",
                "id": "09300000",
                "description": "Electricity, heating, solar and nuclear energy"
            },
            {
                "scheme": "CPV",
                "id": "71311000",
                "description": "Civil engineering consultancy services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SW1P 4DF"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 1,
            "currency": "GBP"
        },
        "value": {
            "amount": 8650000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2025-05-02T15:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2025-08-01T00:00:00+01:00",
            "endDate": "2030-07-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/92753456-3016-45f6-b1bf-83029f04acf3",
                "datePublished": "2025-02-21T15:24:04Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-310707",
            "name": "Department for Environment, Food and Rural Affairs",
            "identifier": {
                "legalName": "Department for Environment, Food and Rural Affairs"
            },
            "address": {
                "streetAddress": "Seacole House, 2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "countryName": "GB"
            },
            "contactPoint": {
                "name": "Carol Caddick",
                "email": "carol.caddick@defra.gov.uk",
                "telephone": "07554439010"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-310707",
        "name": "Department for Environment, Food and Rural Affairs"
    }
}