Award

Nuclear Energy Regulatory Justification Services Framework

DEFRA GROUP COMMERCIAL

This public procurement record has 1 release in its history.

Award

15 Oct 2025 at 14:57

Summary of the contracting process

The public procurement process under review is managed by the Defra group Commercial, focusing on the "Nuclear Energy Regulatory Justification Services Framework" within the environmental consultancy services industry category. The services framework is designed to support the UK's Department for Energy Security and Net Zero in managing the Justification process for new nuclear energy technologies. Located predominantly within the UK, including regions such as East Midlands and London, the procurement has reached the award stage as of 15th October 2025. The framework, which employs an open procurement method above the threshold, started on 1st October 2025 and will run for 60 months, with an optional extension of up to 18 months, potentially concluding by March 2032. The tender was initially set to close on 9th May 2025, and the contract is valued at £8.65 million.

This tender offers substantial business growth opportunities for companies specialising in environmental and technical consultancy services, particularly those with nuclear expertise. Businesses that can provide expert analysis, compile comprehensive reports, and deliver high-level technical advice and support will find this framework particularly advantageous. The inclusion of aspects suitable for SMEs underlines the accessibility for smaller enterprises to partake in substantial public sector work. With a focus on delivering critical services and collaborating closely with government agencies, participating businesses can significantly enhance their profile and credibility within the nuclear energy sector, paving the way for future opportunities and collaborations.

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 has established a framework of 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 Authority has established a framework of 8 (eight) suppliers that have the requisite nuclear expertise to provide the following services throughout the Justification process. * 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 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. The anticipated value figure is the estimated total value of the framework. The Authority does not guarantee any value or volume of business to suppliers through this agreement.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-fe5947e7-2860-4022-9dc9-17190e53988f
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/0434580b-5156-4f46-934a-869d5e516ee7
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award 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

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

90713000 - Environmental issues consultancy services

Notice Value(s)

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

Notice Dates

Publication Date
15 Oct 20254 months ago
Submission Deadline
9 May 2025Expired
Future Notice Date
Not specified
Award Date
31 Aug 20255 months ago
Contract Period
30 Sep 2025 - 30 Sep 2030 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
DEFRA GROUP COMMERCIAL
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
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLI London, TLJ South East (England), TLK South West (England)

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

ENERGY, SAFETY AND RISK CONSULTANTS (UK

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-fe5947e7-2860-4022-9dc9-17190e53988f-2025-10-15T15:57:54+01:00",
    "date": "2025-10-15T15:57:54+01:00",
    "ocid": "ocds-b5fd17-fe5947e7-2860-4022-9dc9-17190e53988f",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CF-0551400D8d000003VQwdEAG",
        "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 has established a framework of 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 Authority has established a framework of 8 (eight) suppliers that have the requisite nuclear expertise to provide the following services throughout the Justification process. * 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 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. The anticipated value figure is the estimated total value of the framework. The Authority does not guarantee any value or volume of business to suppliers through this agreement.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "90713000",
            "description": "Environmental issues consultancy services"
        },
        "additionalClassifications": [
            {
                "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": "45251110",
                "description": "Nuclear-power station construction work"
            },
            {
                "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 3HX"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "Guernsey"
                    },
                    {
                        "countryName": "Jersey"
                    }
                ]
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2025-05-09T15:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2025-10-01T00:00:00+01:00",
            "endDate": "2030-09-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-326291",
            "name": "Defra group Commercial",
            "identifier": {
                "legalName": "Defra group Commercial"
            },
            "address": {
                "streetAddress": "2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "countryName": "GB"
            },
            "contactPoint": {
                "name": "Carol Caddick",
                "email": "procurement@defra.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-326292",
            "name": "Energy, Safety and Risk Consultants (UK) Limited",
            "identifier": {
                "legalName": "Energy, Safety and Risk Consultants (UK) Limited"
            },
            "address": {
                "streetAddress": "305 Bridgewater Place, Birchwood Park WA3 6XF"
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-326291",
        "name": "Defra group Commercial"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-fe5947e7-2860-4022-9dc9-17190e53988f-1",
            "status": "active",
            "date": "2025-09-01T00:00:00+01:00",
            "datePublished": "2025-10-15T15:57:53+01:00",
            "value": {
                "amount": 8650000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-326292",
                    "name": "Energy, Safety and Risk Consultants (UK) Limited"
                }
            ],
            "contractPeriod": {
                "startDate": "2025-10-01T00:00:00+01:00",
                "endDate": "2030-09-30T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/0434580b-5156-4f46-934a-869d5e516ee7",
                    "datePublished": "2025-10-15T15:57:53+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "description": "C29834_PAC_NERJS_Framework Agreement_Redacted",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/70c3063f-804e-4c29-9c80-e87fbc0032ae",
                    "format": "application/pdf"
                },
                {
                    "id": "3",
                    "description": "C29837_ TUVSUD_NERJS_Framework Agreement_Redacted",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/4507d25b-d5cc-41cb-9e89-7f0a29a3f2bd",
                    "format": "application/pdf"
                },
                {
                    "id": "4",
                    "description": "Egis_C29839_ NERJS_Framework Agreement_Redacted",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/1903a51b-f169-4152-9bec-59e950e0cfc0",
                    "format": "application/pdf"
                },
                {
                    "id": "5",
                    "description": "C30069_ES&RC_NERJS_Framwork Agreement_Redacted",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/f460e931-aeef-4796-974f-db428935f42d",
                    "format": "application/pdf"
                },
                {
                    "id": "6",
                    "description": "Assystem_C29840_ NERJS_Framework Agreement_Redacted",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/866fe6d9-d0fe-4e80-85e4-7c62e1f22a28",
                    "format": "application/pdf"
                },
                {
                    "id": "7",
                    "description": "C29835_ FrazerNash_NERJS_Framework Agreement_Redacted",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/6223a8c4-5c4d-4fd0-a930-e3dcc49ce5d4",
                    "format": "application/pdf"
                },
                {
                    "id": "8",
                    "description": "Afry_C29836 Nuclear Energy Regulatory Justification Services_Framework Agreement_REDACTED",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/a2d3100f-43a3-4929-a394-a6abaf97e6e1",
                    "format": "application/pdf"
                },
                {
                    "id": "9",
                    "description": "C29838_RSK_NERJS_Framework Agreement_Redacted",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3e963cfc-182a-4865-8715-02542457819c",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}