Notice Information
Notice Title
Owner's Engineer
Notice Description
The OE will provide essential independent assurance to the Intelligent Customer and Intelligent Client for the Small Modular Reactor project. This will support the deployment of first-of-a-kind nuclear technology in the UK and facilitate GBE-N's goal of reaching a Final Investment Decision. In particular, the OE will act as a 'client friend' to the Intelligent Customer and Intelligent Client and provide competent resource to undertake specification, oversight, audit, review and advice for decisions relating to design, scope, budget, risk, delivery and contract compliance. It will also play the role of subject matter expert to deliver independent technical and delivery Line of Defence 2 assurance on major design and build contracts. The maximum total contract value is PS300m . However, it is not possible to predict an exact outturn value at this stage due to the length of the contract and inherent uncertainties in scope, which drive variability in the volume of work instructed. In addition, progression through design stages and associated milestones or gates will determine the timing and extent of services required, potentially influencing the overall contract value over time. As envisaged in the tender notice, the duration of the OE contract will depend on matters agreed with the SMR Technology Partner. The current assumption remains that the OE contract will have a 14-year term, but a completion date will be set during the term of the contract in accordance with its terms and to reflect the term of the SMR Technology Partner contract. In accordance with section 51 of the Procurement Act 2023, GBE-N will observe a standstill period. Whilst the mandatory standstill period concludes on the 18th February, to ensure 8 full Working Days the standstill period will conclude at 14:30 19th February.
Planning Information
GBN has already conducted an early market engagement exercise with suppliers to test GBN's proposed approach against market experience from other large infrastructure projects and use industry knowledge to assist GBN in refining its proposed approach. GBN engaged with suppliers by providing an information pack which outlined GBN's proposed delivery model and gave further context on the role of the OE within this model. The pack stated that from the commencement of the contract, any prospective OE would need to commit to providing the technical and programme capabilities stated in the requirements. Within the information pack provided to suppliers, GBN included a questionnaire for suppliers to complete in order to help GBN refine its proposed approach to the delivery of the OE requirement. Suppliers returned their completed questionnaires electronically to GBN. The questionnaire covered the role of the OE, GBN's contracting strategy, the number of OEs, alliancing, pricing, incentivisation, contract management, costing, liability and the potential to create joint ventures, consortia and special purpose vehicles, market capacity and conflicts of interest.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0505a0
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011436-2026
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- SME
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
71300000 - Engineering services
71500000 - Construction-related services
71600000 - Technical testing, analysis and consultancy services
79417000 - Safety consultancy services
Notice Value(s)
- Tender Value
- £600,000,000 £100M-£1B
- Lots Value
- £600,000,000 £100M-£1B
- Awards Value
- £300,000,000 £100M-£1B
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Feb 20261 weeks ago
- Submission Deadline
- 9 Jul 2025Expired
- Future Notice Date
- 2 Jun 2025Expired
- Award Date
- 9 Feb 20262 weeks ago
- Contract Period
- 6 Mar 2026 - 6 Mar 2040 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GREAT BRITISH ENERGY - NUCLEAR
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- supplychain@greatbritishnuclear.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1A 2EG
- 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.find-tender.service.gov.uk/Notice/011436-2026
9th February 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/036644-2025
2nd July 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/032797-2025
17th June 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/030038-2025
4th June 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/029471-2025
3rd June 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/020508-2025
12th May 2025 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/017813-2025
30th April 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/017244-2025
28th April 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/016291-2025
22nd April 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/016232-2025
22nd April 2025 - Preliminary market engagement notice on Find a Tender -
-
https://www.find-tender.service.gov.uk/Notice/Attachment/A-1901
Updated Draft Contract. The previous version of the contract included an outdated statement of requirements in Schedule 4. This draft contract now reflects the interim statement of requirements that was published alongside this notice. -
-
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-h6vhtk-0505a0-2026-02-09T14:27:58Z",
"date": "2026-02-09T14:27:58Z",
"ocid": "ocds-h6vhtk-0505a0",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-05027024",
"name": "GREAT BRITISH ENERGY - NUCLEAR",
"identifier": {
"scheme": "GB-COH",
"id": "05027024"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PRCJ-2655-YDML"
}
],
"address": {
"streetAddress": "Department For Energy Security and Net Zero",
"locality": "London",
"postalCode": "SW1A 2EG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"email": "supplychain@greatbritishnuclear.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-COH-01192469",
"name": "AFRY SOLUTIONS UK LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "01192469"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PLDG-4388-CJYH"
}
],
"address": {
"streetAddress": "920 Birchwood Boulevard",
"locality": "Warrington",
"postalCode": "WA3 7QS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD61"
},
"roles": [
"tenderer"
],
"details": {
"url": "http://www.afry.com",
"scale": "sme",
"vcse": false
}
},
{
"id": "GB-COH-IP29592R",
"name": "LLOYD'S REGISTER EMEA",
"identifier": {
"scheme": "GB-COH",
"id": "IP29592R"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PGQQ-3498-WYBD"
}
],
"address": {
"streetAddress": "71 Fenchurch Street",
"locality": "London",
"postalCode": "EC3M 4BS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"roles": [
"tenderer"
],
"details": {
"url": "https://www.lr.org/en/",
"scale": "large",
"vcse": true
}
},
{
"id": "GB-COH-01243967",
"name": "MOTT MACDONALD LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "01243967"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMRR-1398-DNDL"
}
],
"address": {
"streetAddress": "10 Fleet Place",
"locality": "London",
"postalCode": "EC4M 7RB",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"roles": [
"tenderer"
],
"details": {
"url": "http://www.mottmac.com",
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-01312453",
"name": "OVE ARUP & PARTNERS LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "01312453"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZJN-8211-DBBV"
}
],
"address": {
"streetAddress": "8 Fitzroy Street",
"locality": "London",
"postalCode": "W1T 4BJ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"roles": [
"tenderer"
],
"details": {
"url": "http://www.arup.com",
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-FC036592",
"name": "TRACTEBEL ENGINEERING (FRANCE)",
"identifier": {
"scheme": "GB-COH",
"id": "FC036592"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PVRT-8584-BDPY"
}
],
"address": {
"streetAddress": "7 Rue Emmy Noether",
"locality": "Saint Ouen",
"postalCode": "93400",
"country": "FR",
"countryName": "France",
"region": "FR"
},
"roles": [
"tenderer"
],
"details": {
"url": "https://tractebel-engie.com/en",
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-01120437",
"name": "AMENTUM CLEAN ENERGY LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "01120437"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PBDC-7744-BTPG"
}
],
"address": {
"streetAddress": "305 Bridgewater Place",
"locality": "Warrington",
"postalCode": "WA3 6XF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD61"
},
"contactPoint": {
"email": "ACELSales@global.amentum.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"url": "http://www.amentum.com",
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-COH-05027024",
"name": "GREAT BRITISH ENERGY - NUCLEAR"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "GBN has already conducted an early market engagement exercise with suppliers to test GBN's proposed approach against market experience from other large infrastructure projects and use industry knowledge to assist GBN in refining its proposed approach. GBN engaged with suppliers by providing an information pack which outlined GBN's proposed delivery model and gave further context on the role of the OE within this model. The pack stated that from the commencement of the contract, any prospective OE would need to commit to providing the technical and programme capabilities stated in the requirements. Within the information pack provided to suppliers, GBN included a questionnaire for suppliers to complete in order to help GBN refine its proposed approach to the delivery of the OE requirement. Suppliers returned their completed questionnaires electronically to GBN. The questionnaire covered the role of the OE, GBN's contracting strategy, the number of OEs, alliancing, pricing, incentivisation, contract management, costing, liability and the potential to create joint ventures, consortia and special purpose vehicles, market capacity and conflicts of interest.",
"dateMet": "2025-01-24T00:00:00Z",
"status": "met"
}
],
"documents": [
{
"id": "016232-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/016232-2025",
"datePublished": "2025-04-22T13:42:16+01:00",
"format": "text/html"
},
{
"id": "016291-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/016291-2025",
"datePublished": "2025-04-22T15:26:37+01:00",
"format": "text/html"
},
{
"id": "017244-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/017244-2025",
"datePublished": "2025-04-28T11:25:45+01:00",
"format": "text/html"
},
{
"id": "017813-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/017813-2025",
"datePublished": "2025-04-30T09:29:43+01:00",
"format": "text/html"
},
{
"id": "020508-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/020508-2025",
"datePublished": "2025-05-12T14:11:59+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "itt_2242, prj_4553",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Owner's Engineer",
"description": "The OE will provide essential independent assurance to the Intelligent Customer and Intelligent Client for the Small Modular Reactor project. This will support the deployment of first-of-a-kind nuclear technology in the UK and facilitate GBE-N's goal of reaching a Final Investment Decision. In particular, the OE will act as a 'client friend' to the Intelligent Customer and Intelligent Client and provide competent resource to undertake specification, oversight, audit, review and advice for decisions relating to design, scope, budget, risk, delivery and contract compliance. It will also play the role of subject matter expert to deliver independent technical and delivery Line of Defence 2 assurance on major design and build contracts. The maximum total contract value is PS300m . However, it is not possible to predict an exact outturn value at this stage due to the length of the contract and inherent uncertainties in scope, which drive variability in the volume of work instructed. In addition, progression through design stages and associated milestones or gates will determine the timing and extent of services required, potentially influencing the overall contract value over time. As envisaged in the tender notice, the duration of the OE contract will depend on matters agreed with the SMR Technology Partner. The current assumption remains that the OE contract will have a 14-year term, but a completion date will be set during the term of the contract in accordance with its terms and to reflect the term of the SMR Technology Partner contract. In accordance with section 51 of the Procurement Act 2023, GBE-N will observe a standstill period. Whilst the mandatory standstill period concludes on the 18th February, to ensure 8 full Working Days the standstill period will conclude at 14:30 19th February.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
},
{
"scheme": "CPV",
"id": "79417000",
"description": "Safety consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 720000000,
"amount": 600000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-03-26T00:00:00Z",
"endDate": "2040-03-27T23:59:59Z"
},
"status": "complete",
"value": {
"amountGross": 720000000,
"amount": 600000000,
"currency": "GBP"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "There will be a stringent economic and financial standing assessment as part of the first stage of the procurement. The existence of conflicts of interest will also be assessed in the first stage of the procurement process given the potential capacity and capability constraints in the industry, particularly in light of the other services required for the SMR programme. Additional conditions of participation will be included in the first stage of the procurement."
},
{
"type": "technical",
"description": "From the commencement of the contract, any prospective OE (either by itself or through its supply chain, a joint venture, a special purpose vehicle or a consortium) will need to commit to providing the following technical and programme capabilities: Technical 1. Core Design Authority 2. Safety Case 3. BAT Case 4. Chemistry 5. Civil Engineering 6. Commissioning 7. Control & Instrumentation 8. Construction, incl. CDM 9. Conventional Waste 10. Criticality 11. Cyber Security (incl. Security by design) 12. Decommissioning 13. Electrical Engineering 14. Environmental Protection 15. Engineering Management 16. Equipment Qualification 17. Emergency Planning & Response 18. External Hazards 19. Fault Studies 20. Fuel & Core Design 21. Human Factors 22. Internal Hazards 23. Leadership and Management for Safety, Supply Chain and Quality 24. Mechanical Engineering 25. Protective Security (incl. Security by design) 26. Probabilistic Safety Analysis (PSA) 27. Radiological Protection 28. Radioactive Waste Management 29. Reactor Core Physics 30. Requirements Management 31. Safeguards (incl. Safeguards by design) 32. Safety Case Analysis and Techniques (incl. Safety by design) 33. Severe Accident Analysis (SAA) 34. Structural Integrity 35. System Engineering 36. Training Programme 1. Planning and Scheduling 2. Cost Estimating and Cost Management 3. Risk Management 4. Scope Management 5. Change Management 6. NEC Contracts Please note that while GBN considers this list of technical and programme capabilities to be comprehensive, it reserves the right to change them (and any other information provided in this notice) by the time of launching the OE procurement. It is expected that SMEs will have the chance to participate in this procurement through a tenderer's supply chain, a joint venture, a special purpose vehicle or a consortium."
},
{
"type": "economic",
"description": "There will be a stringent economic and financial standing assessment as part of the first stage of the procurement. The existence of conflicts of interest will also be assessed in the first stage of the procurement process given the potential capacity and capability constraints in the industry, particularly in light of the other services required for the SMR programme. Additional conditions of participation will be included in the first stage of the procurement."
},
{
"type": "technical",
"description": "From the commencement of the contract, any prospective OE (either by itself or through its supply chain, a joint venture, a special purpose vehicle or a consortium) will need to commit to providing the following technical and programme capabilities: Technical 1. Core Design Authority 2. Safety Case 3. BAT Case 4. Chemistry 5. Civil Engineering 6. Commissioning 7. Control & Instrumentation 8. Construction, incl. CDM 9. Conventional Waste 10. Criticality 11. Cyber Security (incl. Security by design) 12. Decommissioning 13. Electrical Engineering 14. Environmental Protection 15. Engineering Management 16. Equipment Qualification 17. Emergency Planning & Response 18. External Hazards 19. Fault Studies 20. Fuel & Core Design 21. Human Factors 22. Internal Hazards 23. Leadership and Management for Safety, Supply Chain and Quality 24. Mechanical Engineering 25. Protective Security (incl. Security by design) 26. Probabilistic Safety Analysis (PSA) 27. Radiological Protection 28. Radioactive Waste Management 29. Reactor Core Physics 30. Requirements Management 31. Safeguards (incl. Safeguards by design) 32. Safety Case Analysis and Techniques (incl. Safety by design) 33. Severe Accident Analysis (SAA) 34. Structural Integrity 35. System Engineering 36. Training 37. Operations Programme 1. Planning and Scheduling 2. Cost Estimating and Cost Management 3. Risk Management 4. Scope Management 5. Change Management 6. NEC Contracts Please note that while GBN considers this list of technical and programme capabilities to be comprehensive, it reserves the right to change them (and any other information provided in this notice) by the time of launching the OE procurement. It is expected that SMEs will have the chance to participate in this procurement through a tenderer's supply chain, a joint venture, a special purpose vehicle or a consortium."
},
{
"type": "economic",
"description": "There will be a stringent economic and financial standing assessment as part of the first stage of the procurement. The existence of conflicts of interest will also be assessed in the first stage of the procurement process given the potential capacity and capability constraints in the industry, particularly in light of the other services required for the SMR programme. Additional conditions of participation will be included in the first stage of the procurement."
},
{
"type": "technical",
"description": "From the commencement of the contract, any prospective OE (either by itself or through its supply chain, a joint venture, a special purpose vehicle or a consortium) will need to commit to providing the following technical and programme capabilities: Technical 1. Core Design Authority 2. Safety Case 3. BAT Case 4. Chemistry 5. Civil Engineering 6. Commissioning 7. Control & Instrumentation 8. Construction, incl. CDM 9. Conventional Waste 10. Criticality 11. Cyber Security (incl. Security by design) 12. Decommissioning 13. Electrical Engineering 14. Environmental Protection 15. Engineering Management 16. Equipment Qualification 17. Emergency Planning & Response 18. External Hazards 19. Fault Studies 20. Fuel & Core Design 21. Human Factors 22. Internal Hazards 23. Leadership and Management for Safety, Supply Chain and Quality 24. Mechanical Engineering 25. Protective Security (incl. Security by design) 26. Probabilistic Safety Analysis (PSA) 27. Radiological Protection 28. Radioactive Waste Management 29. Reactor Core Physics 30. Requirements Management 31. Safeguards (incl. Safeguards by design) 32. Safety Case Analysis and Techniques (incl. Safety by design) 33. Severe Accident Analysis (SAA) 34. Structural Integrity 35. System Engineering 36. Training 37. Operations Programme 1. Planning and Scheduling 2. Cost Estimating and Cost Management 3. Risk Management 4. Scope Management 5. Change Management 6. NEC Contracts Please note that while GBN considers this list of technical and programme capabilities to be comprehensive, it reserves the right to change them (and any other information provided in this notice) by the time of launching the OE procurement. It is expected that SMEs will have the chance to participate in this procurement through a tenderer's supply chain, a joint venture, a special purpose vehicle or a consortium."
},
{
"type": "economic",
"description": "Please refer to the Procurement Specific Questionnaire for a set of Economic and Financial Standing requirements, and conflicts of interest requirements All documentation can be found on Jaggaer. All communications regarding the procurement will be held via Jaggaer. All responses will be submitted via Jaggaer."
},
{
"type": "technical",
"description": "Please refer to the Procurement Specific Questionnaire for a set of technical and programme delivery skills and capabilities. All documentation can be found on Jaggaer. All communications regarding the procurement will be held via Jaggaer. All responses will be submitted via Jaggaer."
},
{
"type": "economic",
"description": "Please refer to the Procurement Specific Questionnaire for a set of Economic and Financial Standing requirements, and conflicts of interest requirements All documentation can be found on Jaggaer. All communications regarding the procurement will be held via Jaggaer. All responses will be submitted via Jaggaer."
},
{
"type": "technical",
"description": "Please refer to the Procurement Specific Questionnaire for a set of technical and programme delivery skills and capabilities. All documentation can be found on Jaggaer. All communications regarding the procurement will be held via Jaggaer. All responses will be submitted via Jaggaer."
},
{
"type": "economic",
"description": "Please refer to the Procurement Specific Questionnaire for a set of Economic and Financial Standing requirements, and conflicts of interest requirements All documentation can be found on Jaggaer. All communications regarding the procurement will be held via Jaggaer. All responses will be submitted via Jaggaer."
},
{
"type": "technical",
"description": "Please refer to the Procurement Specific Questionnaire for a set of technical and programme delivery skills and capabilities. All documentation can be found on Jaggaer. All communications regarding the procurement will be held via Jaggaer. All responses will be submitted via Jaggaer."
},
{
"type": "economic",
"description": "Please refer to the Procurement Specific Questionnaire for a set of Economic and Financial Standing requirements, and conflicts of interest requirements All documentation can be found on Jaggaer. All communications regarding the procurement will be held via Jaggaer. All responses will be submitted via Jaggaer."
},
{
"type": "technical",
"description": "Please refer to the Procurement Specific Questionnaire for a set of technical and programme delivery skills and capabilities. All documentation can be found on Jaggaer. All communications regarding the procurement will be held via Jaggaer. All responses will be submitted via Jaggaer."
}
]
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Envelope",
"description": "This is PSQ Stage, as such the Award Criteria may be refined at ITT stage. All PSQ questions are Pass Fail.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value Envelope",
"description": "This is PSQ Stage, the Award Criteria may be refined at ITT stage. All PSQ questions are Pass Fail.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Envelope",
"description": "This is PSQ Stage, Award Criteria may be refined at ITT stage. All PSQ questions are Pass Fail.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Envelope",
"description": "This is PSQ Stage, as such the Award Criteria may be refined at ITT stage. All PSQ questions are Pass Fail.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value Envelope",
"description": "This is PSQ Stage, the Award Criteria may be refined at ITT stage. All PSQ questions are Pass Fail.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Envelope",
"description": "This is PSQ Stage, Award Criteria may be refined at ITT stage. All PSQ questions are Pass Fail.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Envelope",
"description": "This is PSQ Stage, as such the Award Criteria may be refined at ITT stage. All PSQ questions are Pass Fail.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value Envelope",
"description": "This is PSQ Stage, the Award Criteria may be refined at ITT stage. All PSQ questions are Pass Fail.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Envelope",
"description": "This is PSQ Stage, Award Criteria may be refined at ITT stage. All PSQ questions are Pass Fail.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical Envelope",
"description": "This is PSQ Stage, as such the Award Criteria may be refined at ITT stage. All PSQ questions are Pass Fail.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value Envelope",
"description": "This is PSQ Stage, the Award Criteria may be refined at ITT stage. All PSQ questions are Pass Fail.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial Envelope",
"description": "This is PSQ Stage, Award Criteria may be refined at ITT stage. All PSQ questions are Pass Fail.",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
}
}
],
"status": "complete",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "The Owner's Engineer (OE) will be procured using the Competitive Flexible Procedure outlined in the Procurement Act 2023 (the Act). There will be two stages in the OE procurement. In the first stage, tenderers will need to respond to the Procurement Specific Questionnaire (PSQ), which will include conditions of participation. The PSQ will cover topics including, but not limited to, conflicts of interest, economic and financial standing and the tenderer's ability to provide the technical and programme capabilities listed later in this notice. The capabilities set out in the technical ability conditions of participation section below can be delivered in various ways, including (but not limited to) by a tenderer and its supply chain, a joint venture, a special purpose vehicle or a consortium. Please note that while GBN considers this list of capabilities to be comprehensive, it reserves the right to change them (and any other information provided in this notice) by the time of launching the OE procurement. If the response submitted by a tenderer as part of the first stage of the procurement satisfies all the relevant conditions, the tenderer will be invited to submit a tender as part of the second stage of the procurement. GBN will then assess the tenderer's proposals against questions covering Technical, Commercial and Social Value criteria. Please note that GBN reserves the right to refine its award criteria during the procurement process. All documentation can be found on Jaggaer. All communications regarding the procurement will be held via Jaggaer. All responses will be submitted via Jaggaer. https://beisgroup.ukp.app.jaggaer.com/"
},
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-07-09T17:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-03-13T23:59:59Z"
},
"communication": {
"futureNoticeDate": "2025-06-02T23:59:59+01:00"
},
"amendments": [
{
"id": "017244-2025",
"description": "Added Operations as a technical capability in the conditions of participation."
},
{
"id": "017813-2025",
"description": "Attaching the early market engagement pack shared with selected suppliers to the notice."
},
{
"id": "030038-2025",
"description": "Updated Draft contract. The previous contract attached to this notice included an outdated interim statement of requirements which has now been updated in Schedule 4 to reflect the current interim statement of requirements previously uploaded to this notice."
},
{
"id": "032797-2025",
"description": "Updating documentation in line with that provided on Jaggaer eprocurement system."
},
{
"id": "036644-2025",
"description": "Dear Suppliers, Please see in the attachments section version 2 of the PSQ Instructions and Form documents amended, which contain the following updates: * The GBE-N name change * Only one OE Contract is intended to be awarded * Only one TP Contract has been awarded * Minor amendments to the conflicts of interest definition * Minor amendment to the prompt payment question in the PSQ form * Some minor typographical amendments * Clarity over which questions Lead Applicants of Consortia are expected to produce composite responses, versus which questions require a submission from all Consortium members - Financial Standing, Prompt Payment and Carbon Reduction. Please also see the draft volume 6 - Glossary, noting it is presently incomplete and is subject to change at ITT stage."
}
],
"documents": [
{
"id": "A-890",
"documentType": "biddingDocuments",
"description": "Early Market Engagement Pack",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-890",
"format": "application/vnd.openxmlformats-officedocument.presentationml.presentation"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "A-1852",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-1852",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-1853",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-1853",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-1854",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-1854",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-1855",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-1855",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-1856",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-1856",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-1857",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-1857",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-1859",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-1859",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "029471-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/029471-2025",
"datePublished": "2025-06-03T12:37:28+01:00",
"format": "text/html"
},
{
"id": "A-1901",
"documentType": "biddingDocuments",
"description": "Updated Draft Contract. The previous version of the contract included an outdated statement of requirements in Schedule 4. This draft contract now reflects the interim statement of requirements that was published alongside this notice.",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-1901",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "030038-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/030038-2025",
"datePublished": "2025-06-04T17:06:10+01:00",
"format": "text/html"
},
{
"id": "A-2222",
"documentType": "biddingDocuments",
"description": "Tracked Changes version.",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2222",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-2223",
"documentType": "biddingDocuments",
"description": "Response templates.",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2223",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "032797-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/032797-2025",
"datePublished": "2025-06-17T09:18:04+01:00",
"format": "text/html"
},
{
"id": "A-2655",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2655",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-2656",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2656",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "A-2657",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-2657",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "036644-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/036644-2025",
"datePublished": "2025-07-02T10:11:34+01:00",
"format": "text/html"
}
],
"submissionMethodDetails": "https://beisgroup.ukp.app.jaggaer.com The JAGGAER eSourcing Portal may be accessed at https://beisgroup.ukp.app.jaggaer.com/ This is where submissions will be made, all communications between GBN and Tenderers will occur, and is where all official PSQ documentation will be issued. For further assistance with regards registering on the Jaggaer eSourcing Portal, please consult the available help. Phone: 08000 698 632 Email: customersupport@jaggaer.com",
"enquiryPeriod": {
"endDate": "2025-07-02T17:00:00+01:00"
}
},
"language": "en",
"bids": {
"details": [
{
"id": "1",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-01120437",
"name": "AMENTUM CLEAN ENERGY LIMITED"
}
],
"relatedLots": [
"1"
]
},
{
"id": "2",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-01192469",
"name": "AFRY SOLUTIONS UK LIMITED"
}
],
"relatedLots": [
"1"
]
},
{
"id": "3",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-IP29592R",
"name": "LLOYD'S REGISTER EMEA"
}
],
"relatedLots": [
"1"
]
},
{
"id": "4",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-01243967",
"name": "MOTT MACDONALD LIMITED"
}
],
"relatedLots": [
"1"
]
},
{
"id": "5",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-01312453",
"name": "OVE ARUP & PARTNERS LIMITED"
}
],
"relatedLots": [
"1"
]
},
{
"id": "6",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-FC036592",
"name": "TRACTEBEL ENGINEERING (FRANCE)"
}
],
"relatedLots": [
"1"
]
}
],
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 6,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 6,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 1,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"title": "Owner's Engineer",
"status": "pending",
"date": "2026-02-09T00:00:00Z",
"value": {
"amountGross": 360000000,
"amount": 300000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-01120437",
"name": "AMENTUM CLEAN ENERGY LIMITED"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
},
{
"scheme": "CPV",
"id": "79417000",
"description": "Safety consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2026-02-18T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-03-06T00:00:00Z",
"endDate": "2040-03-06T23:59:59Z",
"maxExtentDate": "2041-09-02T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The duration of the Owner's Engineer contract will be linked to the Completion Date of the Technology Partner contract. Therefore, the extension provision is not linked to a specific date. The intention is that the OE will support the Client to completion of the first fuel cycle."
},
"relatedLots": [
"1"
],
"subcontracting": {
"subcontracts": [
{
"id": "1",
"mainContractors": [
{
"id": "GB-COH-01120437",
"name": "AMENTUM CLEAN ENERGY LIMITED"
}
],
"description": "Cavendish Nuclear (UJV Partner) Companies House Identifier: 03975999 Additional Identifier Public Procurement Organisation Number: PJRC-9195-NWZW Street address: 33 Wigmore Street, London, W1U 1QX, United Kingdom Website: https://www.cavendishnuclear.com/ Email: portals@cavendishnuclear.com None of the above (SME, VCSE etc.)"
}
]
},
"documents": [
{
"id": "011436-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/011436-2026",
"datePublished": "2026-02-09T14:27:58Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-02-09T00:00:00Z",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-03-06T23:59:59Z",
"status": "scheduled"
}
]
}
]
}