Notice Information
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
Notice Details
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
Buyer & Supplier
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
-
https://www.contractsfinder.service.gov.uk/Notice/92753456-3016-45f6-b1bf-83029f04acf3
21st February 2025 - Opportunity notice on Contracts Finder
Notice URLs
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-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"
}
}