Planning

Technical Support to Regulatory Assessments of Solid Radioactive Waste Disposal Framework

ENVIRONMENT AGENCY

This public procurement record has 3 releases in its history.

Planning

02 Dec 2025 at 10:20

Planning

28 Nov 2025 at 17:00

Planning

29 May 2025 at 11:39

Summary of the contracting process

The Environment Agency, located in London, is embarking on a significant procurement process intended to establish a Technical Support Framework for the regulatory assessment of solid radioactive waste disposal. This initiative aims to secure expert technical advice over an eight-year framework period, with the framework supporting regulations across England. The procurement involves multiple lots, with services scheduled to start on 1st September 2026 and potentially extend to 2034. The planned procurement is valued at £9,750,000 and will utilise a competitive flexible procedure to involve multiple suppliers, ideally benefiting small and medium enterprises (SMEs). The procurement is currently in the planning stage, with the preparation notice issued on 2nd December 2025 and further details to follow by mid-December 2025.

This tender presents a substantial opportunity for expert consultancy firms, particularly those with experience in technical analysis, environmental engineering, nuclear safety, and geological consultancy services. Businesses that can provide specialized support to the Environment Agency’s regulatory framework, including the evaluation of Site-Wide Environmental Safety Cases, would be well-suited to compete. Participation in this procurement process not only offers the potential for significant fiscal growth but also positions businesses as key players in advancing the UK’s national radioactive waste management strategy. This aligns with the Environment Agency’s remit to ensure safe and secure disposal practices, making it an attractive prospect for consultancy firms eager to influence sustainable environmental practices.

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

Technical Support to Regulatory Assessments of Solid Radioactive Waste Disposal Framework

Notice Description

The Environment Agency is the independent environmental regulator for the nuclear industry and for radioactive substances regulation in England. It regulates a range of activities, depending on the type of site, but in all cases it regulates the disposal of solid radioactive waste on or from the site, as well as discharges to air and water (which are also defined as disposal under the Environmental Permitting Regulations 2016 (EPR2016)). Its remit covers England, but the Environment Agency works closely with the Office for Nuclear Regulation (ONR), Natural Resources Wales (NRW) and Scottish Environment Protection Agency (SEPA) on matters of mutual interest, including those relating to the management and disposal of solid radioactive waste. The Authority is seeking to establish an Open Framework, for up to an 8 (eight) year period, with multiple suppliers across 3 (three) technical Lots, that have the capability to provide expert technical advice and scrutiny across several areas of regulatory assessments of solid radioactive waste disposal. Suppliers appointed to the framework will support the Environment Agency in meeting its statutory obligations in the regulation of solid radioactive waste disposals. Framework suppliers will have the capability to provide expert advice and scrutiny on solid radioactive waste disposal and support in the technical evaluation of Site-Wide Environmental Safety Case (SWESCs) from operators of nuclear licensed sites and Environment Safety Cases (ESCs) from developers and operators of radioactive waste disposal facilities. The scope of services will also encompass advice relating to the Environment Agency's remit in pre-disposal management and materials not yet formally declared as wastes, such as spent fuel and separated plutonium.

Lot Information

Technical Secretariat for Expert Advisory Panel

The Authority will appoint a single supplier to provide technical secretariat support to establish and maintain an Expert Advisory Panel. The Environment Agency Expert Advisory Panel (EAEAP) will provide independent advice and expertise in the following areas relating to the regulation of solid radioactive waste disposal and pre-disposal management. The full Specification will be included in the Bidder Pack.

Options: The sub-lot may be re-tendered at the framework re-opening point in Year 3 (three) to establish a follow-on framework for up to a further 5 (five) years at the discretion of the Authority and subject to a continued business need.

Topical Review Services

The Authority will appoint the successful tenderers for sub-lots 2.1, 2.2 and Lot 3 to establish access to expert Services under sub-lot 1.2 to support the continued development and enhancement of its internal processes and/or external regulatory guidance related to the disposal of solid radioactive waste. Over the lifetime of the Framework, there may also be a requirement for Environment Agency to develop new guidance in response to evolving government policy, operator proposals, international recommendations, or scientific developments.

Options: This sub-lot may be included in the framework re-opening in Year 3 (three) to continue the services for up to a further 5 (five) years.

LLWR 2026 Environmental Safety Case

The Authority will appoint a single Contractor, with the required skills and experience, to assist the Environment Agency in its detailed review of the 2026 Environmental Safety Case (ESC) for the Low Level Waste Repository (LLWR) facility in Cumbria, England. The Authority expects to benefit from the Contractor bringing to the review their experience from involvement in other near-surface radioactive waste disposal safety assessments. The Contractor should also bring specific capabilities in facility design and substantiation, materials performance, conceptual environmental model review, safety assessment calculation specification and undertaking of assessment modelling (e.g. using GoldSim and or other suitable software). The exact nature, scope and specification of the Services required from the Contractor will be finalised following receipt of the 2026 ESC, expected in May 2026.

Renewal: The contract may be extended for up to a further 12 (twelve) month period at the discretion of the Authority.

Radioactive waste disposal (landfills, decommissioning sites & other facililitie

The Environment Agency anticipates receiving applications from operators for either the disposal of LLW to existing landfills or for the construction of a new dedicated disposal facility on nuclear sites which may require input from expert external consultants. The Authority will appoint up 5 (five) suppliers to provide technical support to assist in the review of ESCs submitted in support of permit applications for the disposal of solid LLW to landfill. Outputs would inform the Environment Agency's determination of the ESC review or permit variation. The number and timing of these reviews is not currently known.

Options: The Authority may, at its discretion, re-open the Framework in Year 3 (three) to establish a follow-on framework for up to a further 5 (five) years, subject to a continued business need.

Specialist support to regulation of geological disposal

The Authority appoint up to 5 (five) suppliers to provide specialist expertise and advice to the Environment Agency related to the regulation of geological disposal. Framework Suppliers will provide technical support to supplement internal Environment Agency capability during both the pre-application stage and the review of the first permit application for intrusive site investigations.

Options: The Authority may re-open the Framework in Year 3 (three) to establish a follow-on framework for up to a further 5 (five) years at the discretion of the Authority and a continued business need.

Planning Information

The Environment Agency is conducting a market engagement exercise to better understand the interest, capability and capacity of the supply market to provide the required services in a future invitation to tender. To inform its decision making and consider its contracting options, the Environment Agency is inviting interested suppliers to respond to a short questionnaire and attend a virtual supplier event. If you wish to participate in this market engagement exercise, you are invited to complete a short Technical Support for the Regulatory Assessment of Solid Radioactive Waste Disposal Facilities Market Engagement Questionnaire. The questionnaire can be obtained by emailing radwaste.enquiry@environment-agency.gov.uk. Please use the subject title “Technical Support Market Engagement Questionnaire” in your request. Completed questionnaires should be returned to the same email address no later than 16:00 on 4th July 2025. A virtual supplier event will be held via Microsoft Teams on 10th June 2025 11:00-13:00 BST. This will provide interested organisations an opportunity to learn about the Environment Agency and its requirements for the technical support contract as well as the chance to clarify any matters to assist in completing the questionnaire. Requests to attend the supplier event should be emailed to radwaste.enquiry@environment-agency.gov.uk with the subject title “Technical Support Market Engagement Supplier Event”, and include details of the email address(es) invitations should be issued to. To keep the event manageable, suppliers are requested to keep attendees to a maximum of four participants. Any future tender exercise will be conducted through the Defra eSourcing portal. If your organisation is not already registered you can create an account at https://defra-family.force.com/s/Welcome. This engagement does not constitute a formal notice to tender and there is no guarantee the Environment Agency will proceed with an external tendering exercise to create a framework or other form of contract. By replying to the questionnaire, you are not committing to any future tender submission, and replies will not form part of any subsequent tender process.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0528c7
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/078765-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK1 - Pipeline Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

90 - Sewage, refuse, cleaning and environmental services

98 - Other community, social and personal services


CPV Codes

71313000 - Environmental engineering consultancy services

71351220 - Geological consultancy services

71621000 - Technical analysis or consultancy services

90711000 - Environmental impact assessment other than for construction

90713000 - Environmental issues consultancy services

98113100 - Nuclear safety services

Notice Value(s)

Tender Value
£9,750,000 £1M-£10M
Lots Value
£9,751,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Dec 20252 months ago
Submission Deadline
Not specified
Future Notice Date
15 Dec 2025Expired
Award Date
Not specified
Contract Period
31 Aug 2026 - 31 Aug 2034 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ENVIRONMENT AGENCY
Additional Buyers

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

Contact Name
Carol Caddick
Contact Email
radwaste.enquiry@environment-agency.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1P 4DF
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

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

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0528c7-2025-12-02T10:20:37Z",
    "date": "2025-12-02T10:20:37Z",
    "ocid": "ocds-h6vhtk-0528c7",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PNWW-1475-NYLN",
            "name": "ENVIRONMENT AGENCY",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNWW-1475-NYLN"
            },
            "address": {
                "streetAddress": "Seacole Building, 2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "name": "Carol Caddick",
                "email": "radwaste.enquiry@environment-agency.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://defra-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PNBD-3289-CDGX",
            "name": "DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNBD-3289-CDGX"
            },
            "address": {
                "streetAddress": "Seacole Building, 2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "name": "Carol Caddick",
                "email": "radwaste.enquiry@environment-agency.gov.uk"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Defra group Commercial (DgC) will manage the procurement on behalf of the Contracting Authority.",
            "details": {
                "url": "https://defra-family.force.com/s/Welcome"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PNWW-1475-NYLN",
        "name": "ENVIRONMENT AGENCY"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The Environment Agency is conducting a market engagement exercise to better understand the interest, capability and capacity of the supply market to provide the required services in a future invitation to tender. To inform its decision making and consider its contracting options, the Environment Agency is inviting interested suppliers to respond to a short questionnaire and attend a virtual supplier event. If you wish to participate in this market engagement exercise, you are invited to complete a short Technical Support for the Regulatory Assessment of Solid Radioactive Waste Disposal Facilities Market Engagement Questionnaire. The questionnaire can be obtained by emailing radwaste.enquiry@environment-agency.gov.uk. Please use the subject title \"Technical Support Market Engagement Questionnaire\" in your request. Completed questionnaires should be returned to the same email address no later than 16:00 on 4th July 2025. A virtual supplier event will be held via Microsoft Teams on 10th June 2025 11:00-13:00 BST. This will provide interested organisations an opportunity to learn about the Environment Agency and its requirements for the technical support contract as well as the chance to clarify any matters to assist in completing the questionnaire. Requests to attend the supplier event should be emailed to radwaste.enquiry@environment-agency.gov.uk with the subject title \"Technical Support Market Engagement Supplier Event\", and include details of the email address(es) invitations should be issued to. To keep the event manageable, suppliers are requested to keep attendees to a maximum of four participants. Any future tender exercise will be conducted through the Defra eSourcing portal. If your organisation is not already registered you can create an account at https://defra-family.force.com/s/Welcome. This engagement does not constitute a formal notice to tender and there is no guarantee the Environment Agency will proceed with an external tendering exercise to create a framework or other form of contract. By replying to the questionnaire, you are not committing to any future tender submission, and replies will not form part of any subsequent tender process.",
                "dueDate": "2025-07-04T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "028440-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/028440-2025",
                "datePublished": "2025-05-29T12:39:28+01:00",
                "format": "text/html"
            },
            {
                "id": "078259-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK3",
                "description": "Planned procurement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/078259-2025",
                "datePublished": "2025-11-28T17:00:00Z",
                "format": "text/html"
            },
            {
                "id": "078765-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/078765-2025",
                "datePublished": "2025-12-02T10:20:37Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "P-37412",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Technical Support to Regulatory Assessments of Solid Radioactive Waste Disposal Framework",
        "description": "The Environment Agency is the independent environmental regulator for the nuclear industry and for radioactive substances regulation in England. It regulates a range of activities, depending on the type of site, but in all cases it regulates the disposal of solid radioactive waste on or from the site, as well as discharges to air and water (which are also defined as disposal under the Environmental Permitting Regulations 2016 (EPR2016)). Its remit covers England, but the Environment Agency works closely with the Office for Nuclear Regulation (ONR), Natural Resources Wales (NRW) and Scottish Environment Protection Agency (SEPA) on matters of mutual interest, including those relating to the management and disposal of solid radioactive waste. The Authority is seeking to establish an Open Framework, for up to an 8 (eight) year period, with multiple suppliers across 3 (three) technical Lots, that have the capability to provide expert technical advice and scrutiny across several areas of regulatory assessments of solid radioactive waste disposal. Suppliers appointed to the framework will support the Environment Agency in meeting its statutory obligations in the regulation of solid radioactive waste disposals. Framework suppliers will have the capability to provide expert advice and scrutiny on solid radioactive waste disposal and support in the technical evaluation of Site-Wide Environmental Safety Case (SWESCs) from operators of nuclear licensed sites and Environment Safety Cases (ESCs) from developers and operators of radioactive waste disposal facilities. The scope of services will also encompass advice relating to the Environment Agency's remit in pre-disposal management and materials not yet formally declared as wastes, such as spent fuel and separated plutonium.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71621000",
                        "description": "Technical analysis or consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90713000",
                        "description": "Environmental issues consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90711000",
                        "description": "Environmental impact assessment other than for construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98113100",
                        "description": "Nuclear safety services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313000",
                        "description": "Environmental engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351220",
                        "description": "Geological consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "1.2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71621000",
                        "description": "Technical analysis or consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98113100",
                        "description": "Nuclear safety services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313000",
                        "description": "Environmental engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90713000",
                        "description": "Environmental issues consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351220",
                        "description": "Geological consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90711000",
                        "description": "Environmental impact assessment other than for construction"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1.2"
            },
            {
                "id": "2.1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71621000",
                        "description": "Technical analysis or consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98113100",
                        "description": "Nuclear safety services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313000",
                        "description": "Environmental engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90713000",
                        "description": "Environmental issues consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351220",
                        "description": "Geological consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90711000",
                        "description": "Environmental impact assessment other than for construction"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2.1"
            },
            {
                "id": "2.2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71621000",
                        "description": "Technical analysis or consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98113100",
                        "description": "Nuclear safety services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313000",
                        "description": "Environmental engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90713000",
                        "description": "Environmental issues consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351220",
                        "description": "Geological consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90711000",
                        "description": "Environmental impact assessment other than for construction"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2.2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71621000",
                        "description": "Technical analysis or consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98113100",
                        "description": "Nuclear safety services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313000",
                        "description": "Environmental engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90713000",
                        "description": "Environmental issues consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351220",
                        "description": "Geological consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90711000",
                        "description": "Environmental impact assessment other than for construction"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "value": {
            "amountGross": 11700000,
            "amount": 9750000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2030-08-31T23:59:59+01:00",
                    "maxExtentDate": "2034-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "planned",
                "identifiers": [
                    {
                        "id": "1.1"
                    }
                ],
                "title": "Technical Secretariat for Expert Advisory Panel",
                "description": "The Authority will appoint a single supplier to provide technical secretariat support to establish and maintain an Expert Advisory Panel. The Environment Agency Expert Advisory Panel (EAEAP) will provide independent advice and expertise in the following areas relating to the regulation of solid radioactive waste disposal and pre-disposal management. The full Specification will be included in the Bidder Pack.",
                "value": {
                    "amountGross": 1620000,
                    "amount": 1350000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Evaluation criteria are set on in the Bidder Pack Pt.2 Document. The Technical Criteria will account for 60% of the overall evaluation score.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Evaluation criteria are set on in the Bidder Pack Pt.2 Document. The social Value will account for 10% of the overall evaluation score.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Evaluation criteria are set on in the Bidder Pack Pt.2 Document. The Commercial evaluation will account for 30% of the overall evaluation score.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Information will be provided in the Bidder Pack Pt.1"
                        },
                        {
                            "type": "technical",
                            "description": "Information will be provided in the Bidder Pack Pt.2 and Technical Specifications"
                        },
                        {
                            "description": "No selection criteria will be applied",
                            "forReduction": true
                        }
                    ]
                },
                "hasOptions": true,
                "options": {
                    "description": "The sub-lot may be re-tendered at the framework re-opening point in Year 3 (three) to establish a follow-on framework for up to a further 5 (five) years at the discretion of the Authority and subject to a continued business need."
                }
            },
            {
                "id": "1.2",
                "title": "Topical Review Services",
                "description": "The Authority will appoint the successful tenderers for sub-lots 2.1, 2.2 and Lot 3 to establish access to expert Services under sub-lot 1.2 to support the continued development and enhancement of its internal processes and/or external regulatory guidance related to the disposal of solid radioactive waste. Over the lifetime of the Framework, there may also be a requirement for Environment Agency to develop new guidance in response to evolving government policy, operator proposals, international recommendations, or scientific developments.",
                "status": "planned",
                "value": {
                    "amountGross": 427200,
                    "amount": 356000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The Authority will appoint the successful tenderers for sub-lots 2.1, 2.2 and Lot 3 to this sub-lot. There will be no additional Award Criteria.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "This sub-lot will not be evaluated. Suppliers appointed to sub-lots 2.1, 2.2 and Lot 3 will automatically be offered a framework agreement to provide services for this sub-lot."
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "This sub-lot will not be evaluated. Suppliers appointed to sub-lots 2.1, 2.2 and Lot 3 will automatically be offered a framework agreement to provide services for this sub-lot."
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 11
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Information will be provided in the Bidder Pack Pt.1"
                        },
                        {
                            "type": "technical",
                            "description": "Information will be provided in the Bidder Pack Pt.2 and Technical Specifications"
                        },
                        {
                            "description": "The Authority will appoint the successful tenderers for sub-lots 2.1, 2.2 and Lot 3 to this sub-lot. There will be no additional selection or award criteria.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2034-08-31T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "This sub-lot may be included in the framework re-opening in Year 3 (three) to continue the services for up to a further 5 (five) years."
                }
            },
            {
                "id": "2.1",
                "title": "LLWR 2026 Environmental Safety Case",
                "description": "The Authority will appoint a single Contractor, with the required skills and experience, to assist the Environment Agency in its detailed review of the 2026 Environmental Safety Case (ESC) for the Low Level Waste Repository (LLWR) facility in Cumbria, England. The Authority expects to benefit from the Contractor bringing to the review their experience from involvement in other near-surface radioactive waste disposal safety assessments. The Contractor should also bring specific capabilities in facility design and substantiation, materials performance, conceptual environmental model review, safety assessment calculation specification and undertaking of assessment modelling (e.g. using GoldSim and or other suitable software). The exact nature, scope and specification of the Services required from the Contractor will be finalised following receipt of the 2026 ESC, expected in May 2026.",
                "status": "planned",
                "value": {
                    "amountGross": 4152000,
                    "amount": 3460000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Evaluation criteria are set on in the Bidder Pack Pt.2 Document. The Technical Criteria will account for 60% of the overall evaluation score.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Evaluation criteria are set on in the Bidder Pack Pt.2 Document. Social Value will account for 10% of the overall evaluation score.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Evaluation criteria are set on in the Bidder Pack Pt.2 Document. The Commercial Evaluation will account for 30% of the overall evaluation score.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Information will be provided in the Bidder Pack Pt.1"
                        },
                        {
                            "type": "technical",
                            "description": "Information will be provided in the Bidder Pack Pt.2 and Technical Specifications"
                        },
                        {
                            "description": "There will be no selection criteria applied",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2030-08-31T23:59:59+01:00",
                    "maxExtentDate": "2031-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract may be extended for up to a further 12 (twelve) month period at the discretion of the Authority."
                }
            },
            {
                "id": "2.2",
                "title": "Radioactive waste disposal (landfills, decommissioning sites & other facililitie",
                "description": "The Environment Agency anticipates receiving applications from operators for either the disposal of LLW to existing landfills or for the construction of a new dedicated disposal facility on nuclear sites which may require input from expert external consultants. The Authority will appoint up 5 (five) suppliers to provide technical support to assist in the review of ESCs submitted in support of permit applications for the disposal of solid LLW to landfill. Outputs would inform the Environment Agency's determination of the ESC review or permit variation. The number and timing of these reviews is not currently known.",
                "status": "planned",
                "value": {
                    "amountGross": 295200,
                    "amount": 246000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Evaluation criteria are set on in the Bidder Pack Pt.2 Document. The Technical Criteria will account for 60% of the overall evaluation score.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Evaluation criteria are set on in the Bidder Pack Pt.2 Document. Social Value will account for 10% of the overall evaluation score.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Evaluation criteria are set on in the Bidder Pack Pt.2 Document. The Commercial Evaluation will account for 30% of the overall evaluation score.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Information will be provided in the Bidder Pack Pt.1"
                        },
                        {
                            "type": "technical",
                            "description": "Information will be provided in the Bidder Pack Pt.2 and Technical Specifications"
                        },
                        {
                            "description": "No selection criteria will be applied",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2034-08-31T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "The Authority may, at its discretion, re-open the Framework in Year 3 (three) to establish a follow-on framework for up to a further 5 (five) years, subject to a continued business need."
                }
            },
            {
                "id": "3",
                "title": "Specialist support to regulation of geological disposal",
                "description": "The Authority appoint up to 5 (five) suppliers to provide specialist expertise and advice to the Environment Agency related to the regulation of geological disposal. Framework Suppliers will provide technical support to supplement internal Environment Agency capability during both the pre-application stage and the review of the first permit application for intrusive site investigations.",
                "status": "planned",
                "value": {
                    "amountGross": 5206800,
                    "amount": 4339000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Evaluation criteria are set on in the Bidder Pack Pt.2 Document. The Technical Criteria will account for 60% of the overall evaluation score.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "Evaluation criteria are set on in the Bidder Pack Pt.2 Document. Social Value will account for 10% of the overall evaluation score.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Evaluation criteria are set on in the Bidder Pack Pt.2 Document. The Commercial Evaluation will account for 30% of the overall evaluation score.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Information will be provided in the Bidder Pack Pt.1"
                        },
                        {
                            "type": "technical",
                            "description": "Information will be provided in the Bidder Pack Pt.2 and Technical Specifications"
                        },
                        {
                            "description": "No selection criteria to be applied",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-09-01T00:00:00+01:00",
                    "endDate": "2034-08-31T23:59:59+01:00"
                },
                "hasOptions": true,
                "options": {
                    "description": "The Authority may re-open the Framework in Year 3 (three) to establish a follow-on framework for up to a further 5 (five) years at the discretion of the Authority and a continued business need."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-12-15T23:59:59Z"
        },
        "status": "planned",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Open Tender Stage, followed by Price Negotiation Stage"
        },
        "coveredBy": [
            "GPA"
        ],
        "participationFees": [
            {
                "id": "ocds-h6vhtk-0528c7",
                "type": [
                    "win"
                ],
                "description": "No fees will apply"
            }
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "isOpenFrameworkScheme": true,
                "maximumParticipants": 12,
                "method": "withAndWithoutReopeningCompetition",
                "type": "open",
                "buyerCategories": "Department for Environment, Food and Rural Affairs (Defra) and Defra group bodies.",
                "description": "The Authority anticipates the framework will operate for 8 (eight) years in total commencing 1st September 2026 until 31st August 2034. The Authority anticipates the framework will be re-opened in its third year with a further tender process undertaken to establish a follow-on framework for up to a further 5 (five) years to 2034 at the discretion of the Authority and subject to a continued business need. At the re-opening point incumbent framework suppliers will have the opportunity to revise their tender response, leave their offer as per their last framework tender submission or voluntarily exit the framework. Tenderers should be aware that at the re-opening point new suppliers will have the opportunity to tender to be included on the framework. All tender responses from incumbent and new suppliers will undergo an evaluation process to select the successful suppliers for the follow-on framework. Incumbent suppliers may be replaced by other suppliers with higher scoring tenders.",
                "openFrameworkSchemeEndDate": "2034-08-31T23:59:59+01:00"
            }
        },
        "submissionMethodDetails": "All Tender Submissions must be made through the Defra eSourcing Portal, Tenderers must be registered on the portal to access the opportunity and submit a Tender Response. Details of how to register your organisation can be found at https://atamis-9529.my.site.com/s/Welcome",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2026-03-06T15:00:00Z",
        "awardPeriod": {
            "endDate": "2026-07-01T23:59:59+01:00"
        },
        "lotDetails": {
            "awardCriteriaDetails": "The Framework will be structured in 3 (three) technical Lots. Lot 1 and Lot 2 will be divided into 2 (two) further sub-lots. The Lots and sub-lots will be awarded as follows: Lot 1 - Specialist Support to Solid Radioactive Waste Regulation: Sub-lot 1.1 Technical Secretariat for Expert Advisory Panel will be awarded to a single (1) supplier that receives the highest total evaluation score, i.e. ranked 1st (first), for this sub-lot. Sub-lot 1.2 Topical Review Services - the successful suppliers appointed to sub-lots 2.1, 2.2 and Lot 3 will automatically be offered a Framework Agreement to provide Services for sub-lot 1.2. Lot 2 - Specialist support to regulation of solid radioactive waste near-surface disposal: Sub-lot 2.1 LLWR 2026 Environmental Safety Case will be awarded to a single (1) supplier that receives the highest total evaluation score, i.e. ranked 1st (first), for this sub-lot. Sub-lot 2.1 Radioactive waste disposal at landfills, decommissioning sites and other facilities will be awarded to up to 5 (five) suppliers that receive the 5 (five) highest total evaluation scores, i.e. ranked 1st - 5th (first to fifth), for this sub-lot. Lot 3 - Specialist support to regulation of geological disposal will be awarded to up to 5 (five) suppliers that receive the 5 (five) highest total evaluation scores, i.e. ranked 1st - 5th (first to fifth), for this Lot There is no restriction on the number of Lots or sub-lots tenderers may bid for. Tenderers may be offered a framework agreement/contract for multiple or all Lots/sub-lots if their tender for the Lot or sub-lot(s) is ranked as set out above."
        },
        "contractTerms": {
            "financialTerms": "With 30 days of receipt of a valid invoice"
        }
    },
    "language": "en"
}