Notice Information
Notice Title
Strategy Framework
Notice Description
Provision of Specialist Technical and Strategic Support for Strategy Development to NDA Group
Lot Information
Lot 1
Options: None
Renewal: The Framework duration is 2 years +12 +12 months (Total 4 years)
Planning Information
The NDA shall host a supplier engagement event on the 9th September 2025, 12:30pm to 15:30pm. This supplier event will be via a Microsoft Teams conference. To register an interest please sign into or register with Atamis our e-sourcing portal: https://one-nda.force.com/s/Welcome. Use the messaging function within the Atamis PIN/PME project (C26778) to provide details of names and email addresses of attendees. Maximum of 2 staff per supplier. This call will provide suppliers with a high-level overview of the programme, the procurement's objectives and key requirements, and act as an opportunity for suppliers to ask questions. There is the potential for supplier one-to-one sessions the following week.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-051ac4
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006804-2026
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- UK6 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
73 - Research and development services and related consultancy services
-
- CPV Codes
73000000 - Research and development services and related consultancy services
73110000 - Research services
73200000 - Research and development consultancy services
73210000 - Research consultancy services
Notice Value(s)
- Tender Value
- £10,000,000 £10M-£100M
- Lots Value
- £10,000,000 £10M-£100M
- Awards Value
- £10,000,000 £10M-£100M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 26 Jan 20263 weeks ago
- Submission Deadline
- 12 Nov 2025Expired
- Future Notice Date
- 1 Oct 2025Expired
- Award Date
- 23 Jan 20261 months ago
- Contract Period
- 31 Mar 2026 - 31 Mar 2028 2-3 years
- Recurrence
- 2026-02-11
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NUCLEAR DECOMMISSIONING AUTHORITY
- Contact Name
- Chris Jennings
- Contact Email
- procurement.inbox@nda.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- CUMBRIA
- Postcode
- CA24 3HU
- Post Town
- Carlisle
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD1 Cumbria
- Small Region (ITL 3)
- TLD13 Cumberland
- Delivery Location
- Not specified
-
- Local Authority
- Cumberland
- Electoral Ward
- Egremont North and St Bees
- Westminster Constituency
- Whitehaven and Workington
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/006804-2026
26th January 2026 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/063893-2025
9th October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/061733-2025
2nd October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/040996-2025
17th July 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/040934-2025
17th July 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/023903-2025
21st May 2025 - Pipeline notice on Find a Tender
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-051ac4-2026-01-26T16:23:51Z",
"date": "2026-01-26T16:23:51Z",
"ocid": "ocds-h6vhtk-051ac4",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "023903-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/023903-2025",
"datePublished": "2025-05-21T13:45:17+01:00",
"format": "text/html"
},
{
"id": "040934-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/040934-2025",
"datePublished": "2025-07-17T13:19:16+01:00",
"format": "text/html"
},
{
"id": "040996-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/040996-2025",
"datePublished": "2025-07-17T14:41:39+01:00",
"format": "text/html"
}
],
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "The NDA shall host a supplier engagement event on the 9th September 2025, 12:30pm to 15:30pm. This supplier event will be via a Microsoft Teams conference. To register an interest please sign into or register with Atamis our e-sourcing portal: https://one-nda.force.com/s/Welcome. Use the messaging function within the Atamis PIN/PME project (C26778) to provide details of names and email addresses of attendees. Maximum of 2 staff per supplier. This call will provide suppliers with a high-level overview of the programme, the procurement's objectives and key requirements, and act as an opportunity for suppliers to ask questions. There is the potential for supplier one-to-one sessions the following week.",
"dueDate": "2025-09-05T23:59:59+01:00",
"status": "scheduled"
}
]
},
"parties": [
{
"id": "GB-PPON-PVDH-2346-PXDL",
"name": "Nuclear Decommissioning Authority",
"identifier": {
"scheme": "GB-PPON",
"id": "PVDH-2346-PXDL"
},
"address": {
"streetAddress": "Herdus House Westlakes Science and Technology Park Moor Row",
"locality": "Cumbria",
"postalCode": "CA24 3HU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD11"
},
"contactPoint": {
"email": "procurement.inbox@nda.gov.uk",
"name": "Chris Jennings"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/nuclear-decommissioning-authority",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-COH-SC215164",
"name": "TUV SUD Ltd",
"identifier": {
"scheme": "GB-COH",
"id": "SC215164"
},
"address": {
"streetAddress": "Napier Building, Scottish Enterprise Technology Park, East Kilbride,",
"locality": "Glasgow",
"postalCode": "G75 0QF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKM95"
},
"contactPoint": {
"email": "richard.woodcock@tuvsud.com"
},
"roles": [
"supplier",
"tenderer"
],
"details": {
"scale": "large",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
},
"control": {
"description": "Napier Building, Scottish Enterprise Technology Park, East Kilbride, G75 0QF"
}
},
{
"id": "GB-COH-00414220",
"name": "PA Consulting Services Ltd",
"identifier": {
"scheme": "GB-COH",
"id": "00414220"
},
"address": {
"streetAddress": "10 Bressenden Place",
"locality": "London",
"postalCode": "SW1E 5DN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"roles": [
"tenderer"
],
"details": {
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-03975999",
"name": "Cavandish Nuclear",
"identifier": {
"scheme": "GB-COH",
"id": "03975999"
},
"address": {
"streetAddress": "20 Radar Road",
"locality": "Leicester",
"postalCode": "LE3 1UF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKF21"
},
"roles": [
"tenderer"
],
"details": {
"scale": "large",
"vcse": false
}
}
],
"buyer": {
"id": "GB-PPON-PVDH-2346-PXDL",
"name": "Nuclear Decommissioning Authority"
},
"tender": {
"id": "C23574",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Strategy Framework",
"description": "Provision of Specialist Technical and Strategic Support for Strategy Development to NDA Group",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73200000",
"description": "Research and development consultancy services"
},
{
"scheme": "CPV",
"id": "73110000",
"description": "Research services"
}
],
"relatedLot": "1",
"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"
}
]
}
],
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2028-03-31T23:59:59+01:00",
"maxExtentDate": "2030-03-31T23:59:59+01:00"
},
"status": "complete",
"suitability": {
"sme": true
},
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Question T1 - Capabilities",
"description": "Please outline your organisation's capabilities in relation to the scope of the NDA Strategy Framework. Your response should demonstrate: * Proven capability in managing and delivering complex technical packages of work aligned with all NDA strategic themes (Site Decommissioning & Remediation, Integrated Waste Management, Spent Fuels, Nuclear Materials), Non-NDA Liabilities, and group strategic planning support and the relevant interfaces and integration with NDA Critical Enablers. Scope could involve managing delivery of a task or work package, project or programme. * A clear understanding of the NDA's context for strategy development, including key challenges and priorities as set out in Strategy (2021) and Strategy (2026). * Depth of technical expertise and experience in applying UK and international good practice across relevant domains, and the UK nuclear regulatory system. * Comprehensive knowledge of NDA sites and other UK nuclear facilities (e.g. MOD-owned sites, AGR sites).",
"numbers": [
{
"number": 19,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Question T2 - Service Delivery",
"description": "Please describe your organisation's structure and approach to delivering the services under this framework. Your response should include: * Your proposed service management approach, including scope delivery management, progress reporting, financial control at task and contract level, governance, quality assurance, stakeholder engagement, and coordination mechanisms. * How you see the day-to-day relationship between NDA and yourselves working. * If you are proposing a consortium or subcontracting arrangement, please explain: * The structure and roles of each party involved. * How the consortium or subcontractors/associates will be managed and integrated to deliver the client services. * How you will ensure consistency, quality, and accountability across all parties.",
"numbers": [
{
"number": 14,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Question T3 - Approach and Benefits",
"description": "Please demonstrate the benefits of your proposed approach to delivering the services under this framework. Your response should include: * A clear explanation of how your approach will deliver the required outcomes and support the NDA group's strategic objectives as described in the scope. * Justification of how your approach is forward-thinking and offers added value, including wider non-nuclear sector LFE, innovative methods, alternative options, or enhancements to delivery. * Evidence of how your technical expertise will contribute to informing strategic decisions, ensuring robust technical governance. * An assessment of how your approach reflects an understanding of the NDA's and its forthcoming challenges across its strategic themes, including those anticipated in the NDA Strategy (2026).",
"numbers": [
{
"number": 14,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Question T4 - Capacity",
"description": "Please provide details of your organisation's resource capacity to deliver the services under this framework. Your response should include: * The availability and allocation of subject matter experts across all relevant strategic themes. * Your ability be agile and scale resources in response to fluctuating demand or evolving priorities, and how. * Contingency arrangements in place to ensure continuity of service, including how you would manage unexpected changes in both resource demand and availability or delivery timelines. * A capability matrix of the individuals proposed to be available for the contract, outlining their roles, areas of expertise, relevant experience, and security clearances. If applicable, please also describe how these capabilities will be supported or enhanced through consortium or subcontracting or associate arrangements.",
"numbers": [
{
"number": 13,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Question T5 - Social Value",
"description": "Please describe the commitment your organisation will make to ensure that opportunities under this contract contribute to tackling economic inequality and promoting equal opportunity, in line with the Public Services (Social Value) Act 2012. Your response should include: 1. Specific actions your organisation will take to identify and address inequality in employment, skills, and pay within the contract workforce. 2. How these actions will be implemented and embedded into contract delivery. 3. How progress will be monitored and measured on a quarterly basis, including any metrics, reporting mechanisms, or governance processes. 4. If applicable, how these commitments will be extended to or managed across consortium members or subcontractors.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Question C1 - Commercial",
"description": "Schedule of rates",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Question T1 - Capabilities",
"description": "Please outline your organisation's capabilities in relation to the scope of the NDA Strategy Framework. Your response should demonstrate: * Proven capability in managing and delivering complex technical packages of work aligned with all NDA strategic themes (Site Decommissioning & Remediation, Integrated Waste Management, Spent Fuels, Nuclear Materials), Non-NDA Liabilities, and group strategic planning support and the relevant interfaces and integration with NDA Critical Enablers. Scope could involve managing delivery of a task or work package, project or programme. * A clear understanding of the NDA's context for strategy development, including key challenges and priorities as set out in Strategy (2021) and Strategy (2026). * Depth of technical expertise and experience in applying UK and international good practice across relevant domains, and the UK nuclear regulatory system. * Comprehensive knowledge of NDA sites and other UK nuclear facilities (e.g. MOD-owned sites, AGR sites).",
"numbers": [
{
"number": 19,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Question T2 - Service Delivery",
"description": "Please describe your organisation's structure and approach to delivering the services under this framework. Your response should include: * Your proposed service management approach, including scope delivery management, progress reporting, financial control at task and contract level, governance, quality assurance, stakeholder engagement, and coordination mechanisms. * How you see the day-to-day relationship between NDA and yourselves working. * If you are proposing a consortium or subcontracting arrangement, please explain: * The structure and roles of each party involved. * How the consortium or subcontractors/associates will be managed and integrated to deliver the client services. * How you will ensure consistency, quality, and accountability across all parties.",
"numbers": [
{
"number": 14,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Question T3 - Approach and Benefits",
"description": "Please demonstrate the benefits of your proposed approach to delivering the services under this framework. Your response should include: * A clear explanation of how your approach will deliver the required outcomes and support the NDA group's strategic objectives as described in the scope. * Justification of how your approach is forward-thinking and offers added value, including wider non-nuclear sector LFE, innovative methods, alternative options, or enhancements to delivery. * Evidence of how your technical expertise will contribute to informing strategic decisions, ensuring robust technical governance. * An assessment of how your approach reflects an understanding of the NDA's and its forthcoming challenges across its strategic themes, including those anticipated in the NDA Strategy (2026).",
"numbers": [
{
"number": 14,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Question T4 - Capacity",
"description": "Please provide details of your organisation's resource capacity to deliver the services under this framework. Your response should include: * The availability and allocation of subject matter experts across all relevant strategic themes. * Your ability be agile and scale resources in response to fluctuating demand or evolving priorities, and how. * Contingency arrangements in place to ensure continuity of service, including how you would manage unexpected changes in both resource demand and availability or delivery timelines. * A capability matrix of the individuals proposed to be available for the contract, outlining their roles, areas of expertise, relevant experience, and security clearances. If applicable, please also describe how these capabilities will be supported or enhanced through consortium or subcontracting or associate arrangements.",
"numbers": [
{
"number": 13,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Question T5 - Social Value",
"description": "Please describe the commitment your organisation will make to ensure that opportunities under this contract contribute to tackling economic inequality and promoting equal opportunity, in line with the Public Services (Social Value) Act 2012. Your response should include: 1. Specific actions your organisation will take to identify and address inequality in employment, skills, and pay within the contract workforce. 2. How these actions will be implemented and embedded into contract delivery. 3. How progress will be monitored and measured on a quarterly basis, including any metrics, reporting mechanisms, or governance processes. 4. If applicable, how these commitments will be extended to or managed across consortium members or subcontractors.",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Question C1 - Commercial",
"description": "Schedule of rates",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"hasRenewal": true,
"renewal": {
"description": "The Framework duration is 2 years +12 +12 months (Total 4 years)"
},
"hasOptions": true,
"options": {
"description": "None"
}
}
],
"communication": {
"futureNoticeDate": "2025-10-01T23:59:59+01:00"
},
"status": "complete",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"isOpenFrameworkScheme": true,
"maximumParticipants": 1,
"method": "withReopeningCompetition",
"type": "closed",
"description": "New 4-year framework",
"openFrameworkSchemeEndDate": "2030-03-31T23:59:59+01:00"
}
},
"amendments": [
{
"id": "040996-2025",
"description": "The description was formatted into paragraphs."
},
{
"id": "063893-2025",
"description": "Change of submission date from 06/11/25 to 12/11/25"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"submissionMethodDetails": "All communication and tender submissions should be submitted via the Atamis Supplier Portal https://atamis-2464.my.site.com/ProSpend__CustomCommunitiesLogin",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-11-12T11:00:00Z"
},
"awardPeriod": {
"endDate": "2026-01-31T23:59:59Z"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "061733-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/061733-2025",
"datePublished": "2025-10-02T13:57:17+01:00",
"format": "text/html"
},
{
"id": "063893-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/063893-2025",
"datePublished": "2025-10-09T16:37:34+01:00",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2026-02-11T23:59:59Z"
},
{
"startDate": "2026-02-11T23:59:59Z"
}
]
}
},
"language": "en",
"bids": {
"details": [
{
"id": "1",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-SC215164",
"name": "TUV SUD Ltd"
}
],
"relatedLots": [
"1"
]
},
{
"id": "2",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-00414220",
"name": "PA Consulting Services Ltd"
}
],
"relatedLots": [
"1"
]
},
{
"id": "3",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-03975999",
"name": "Cavandish Nuclear"
}
],
"relatedLots": [
"1"
]
}
],
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"title": "Strategy Framework",
"status": "pending",
"date": "2026-01-23T00:00:00Z",
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-SC215164",
"name": "TUV SUD Ltd"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "73110000",
"description": "Research services"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2026-02-04T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2028-03-31T23:59:59+01:00",
"maxExtentDate": "2030-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "12+12 month extensions"
},
"hasOptions": true,
"options": {
"description": "12+12 month extensions"
},
"relatedLots": [
"1"
],
"subcontracting": {
"subcontracts": [
{
"id": "1",
"mainContractors": [
{
"id": "GB-COH-SC215164",
"name": "TUV SUD Ltd"
}
],
"description": "N/A"
}
]
},
"documents": [
{
"id": "006804-2026",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/006804-2026",
"datePublished": "2026-01-26T16:23:51Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2026-01-26T00:00:00Z",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2026-03-01T23:59:59Z",
"status": "scheduled"
}
]
}
]
}