Tender

prj_5779 Planning Services

GREAT BRITISH ENERGY - NUCLEAR

This public procurement record has 3 releases in its history.

TenderUpdate

02 Dec 2025 at 09:57

TenderUpdate

18 Nov 2025 at 16:02

Tender

18 Nov 2025 at 14:19

Summary of the contracting process

The Great British Energy - Nuclear is inviting tenders for its project titled "prj_5779 Planning Services," aimed at providing strategic planning advice and services concerning land use planning matters. This procurement falls under the industry category of Infrastructure and Environmental Consultancy Services, taking place in the United Kingdom. The procurement process is currently in the tender stage with a deadline for submission set for 19 December 2025 at 14:00. The budget for this tender is set at £13,710,000 net, with a gross amount of £16,452,000. The procurement is being conducted through an open procedure, and it aims to select suitable contractors by assessing both technical and social value contributions as part of the project's award criteria. The full scope of work includes providing leadership in planning applications and acting as a representative within engagement processes with external stakeholders.

This tender presents significant growth opportunities for businesses operating within consultancy services related to infrastructure and environmental planning. Companies with expertise in technical planning services, business and management consultancy, and geological consultancy are well-suited to submit bids. The project also paves the way for smaller and medium-sized enterprises to engage, as the selection criteria accommodate SMEs. With the potential for contract renewal and extensions, awarded businesses could obtain long-term engagement with Great British Energy - Nuclear, supporting sustained growth and expansion. Participating firms will need to demonstrate robust technical capability, effective methodology, and resource management skills to maximise their competitive edge in this tender process.

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

prj_5779 Planning Services

Notice Description

Providing strategic planning advice on land use planning matters to GBE-N and its associated organisations. Providing leadership in the development and delivery of all land use planning applications, including TCPAs and project DCOs. Providing leadership in the delivery of post-application planning activities, including but not limited to responses to questions from planning authorities, DCO examination, appeals processes, discharge of conditions and requirements. Acting as the client representative in engagement with regulatory and other stakeholders as well as acting as expert witness during DCO examination, in Appeals processes and other relevant engagement activities. Leading the development of the People and Economy baseline, assessment, mitigation and compensation measures. Providing support to the Environmental Services and Permitting Services supplier(s) in the development of impact assessments. Support in the delivery of optioneering, master planning and site design activities, providing relevant expert resource into the activities as necessary. In addition to the above, depending on the inhouse ability of the Planning Services contractor, Traffic and Transport assessment support may also be drawn from this contracting route. Planning and support in the procurement and management of any additional suppliers to deliver specialist services in respect to the above and future project activities.

Lot Information

Lot 1

Renewal: 4 possible 12-month extension options in event further time is required to deliver the Scope of the contract.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05e367
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/078753-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

71311300 - Infrastructure works consultancy services

71351200 - Geological and geophysical consultancy services

71351210 - Geophysical consultancy services

71351220 - Geological consultancy services

71356400 - Technical planning services

79410000 - Business and management consultancy services

90712000 - Environmental planning

Notice Value(s)

Tender Value
£13,710,000 £10M-£100M
Lots Value
£13,710,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Dec 20252 months ago
Submission Deadline
19 Dec 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2031 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
GREAT BRITISH ENERGY - NUCLEAR
Additional Buyers

GREAT BRITISH NUCLEAR

Contact Name
Not specified
Contact Email
commercialcdp@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

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-05e367-2025-12-02T09:57:18Z",
    "date": "2025-12-02T09:57:18Z",
    "ocid": "ocds-h6vhtk-05e367",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PRCJ-2655-YDML",
            "name": "Great British Nuclear",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PRCJ-2655-YDML"
            },
            "address": {
                "streetAddress": "3-8 Whitehall Place",
                "locality": "London",
                "postalCode": "SW1A 2EG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "commercialcdp@greatbritishnuclear.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "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 & Net Zero",
                "locality": "London",
                "postalCode": "SW1A 2EG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "commercialcdp@greatbritishnuclear.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-05027024",
        "name": "GREAT BRITISH ENERGY - NUCLEAR"
    },
    "tender": {
        "id": "ocds-h6vhtk-05e367",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "prj_5779 Planning Services",
        "description": "Providing strategic planning advice on land use planning matters to GBE-N and its associated organisations. Providing leadership in the development and delivery of all land use planning applications, including TCPAs and project DCOs. Providing leadership in the delivery of post-application planning activities, including but not limited to responses to questions from planning authorities, DCO examination, appeals processes, discharge of conditions and requirements. Acting as the client representative in engagement with regulatory and other stakeholders as well as acting as expert witness during DCO examination, in Appeals processes and other relevant engagement activities. Leading the development of the People and Economy baseline, assessment, mitigation and compensation measures. Providing support to the Environmental Services and Permitting Services supplier(s) in the development of impact assessments. Support in the delivery of optioneering, master planning and site design activities, providing relevant expert resource into the activities as necessary. In addition to the above, depending on the inhouse ability of the Planning Services contractor, Traffic and Transport assessment support may also be drawn from this contracting route. Planning and support in the procurement and management of any additional suppliers to deliver specialist services in respect to the above and future project activities.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311300",
                        "description": "Infrastructure works consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351200",
                        "description": "Geological and geophysical consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351210",
                        "description": "Geophysical consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351220",
                        "description": "Geological consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71356400",
                        "description": "Technical planning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79410000",
                        "description": "Business and management consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90712000",
                        "description": "Environmental planning"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "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": 16452000,
            "amount": 13710000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "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: 0800 698 630 https://jaggaer.my.site.com/SupplierSupportRequest/",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-12-19T14:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2025-12-04T16:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-06T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 16452000,
                    "amount": 13710000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The award criteria is Technical 90% Social Value 10% Commercial evaluated using PQP",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value"
                        },
                        {
                            "type": "price",
                            "name": "Commerical"
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "- The Technical Envelope represents 90% of the overall Evaluation Criteria T.1 Technical Capability and Experience 30% T.2 Methodology and Delivery Approach 30% T.3 Team and Resource Management 30% Full details can be found in Document 3A (Tender Response Requirements and Evaluation Model)"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "- The Social Value envelope represents 10% of the overall Evaluation Criteria SV.1 Supporting Educational Attainment 7% SV.2 Tackling Inequality in the Contract Workforce 3% Full details can be found in Document 3A (Tender Response Requirements and Evaluation Model)"
                        },
                        {
                            "type": "price",
                            "name": "Commerical",
                            "description": "The Final Evaluation shall be determined by the Price Per Quality Point (PQP) mechanism. The Preferred Bidder is the Tenderer who ranked in first place by the lowest Price per Quality Point (PQP) assessed in accordance with the Evaluation Criteria set out in Document 3A - Tender Response Requirements and Evaluation Model. The PQP will be calculated by: (a) Taking the Quality Score, which is the sum of weighted Technical scores for each Technical question and the sum of weighted Social Value scores for each Social Value question."
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "- The Technical Envelope represents 90% of the overall Evaluation Criteria T.1 Technical Capability and Experience 30% T.2 Methodology and Delivery Approach 30% T.3 Team and Resource Management 30% Full details can be found in Document 3A (Tender Response Requirements and Evaluation Model)"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "- The Social Value envelope represents 10% of the overall Evaluation Criteria SV.1 Supporting Educational Attainment 7% SV.2 Tackling Inequality in the Contract Workforce 3% Full details can be found in Document 3A (Tender Response Requirements and Evaluation Model)"
                        },
                        {
                            "type": "price",
                            "name": "Commerical",
                            "description": "The Final Evaluation shall be determined by the Price Per Quality Point (PQP) mechanism. The Preferred Bidder is the Tenderer who ranked in first place by the lowest Price per Quality Point (PQP) assessed in accordance with the Evaluation Criteria set out in Document 3A - Tender Response Requirements and Evaluation Model. The PQP will be calculated by: (a) Taking the Quality Score, which is the sum of weighted Technical scores for each Technical question and the sum of weighted Social Value scores for each Social Value question."
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2031-03-31T23:59:59+01:00",
                    "maxExtentDate": "2035-03-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "4 possible 12-month extension options in event further time is required to deliver the Scope of the contract."
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As outlined in Documents 1A and 3B of the ITT documentation."
                        },
                        {
                            "type": "technical",
                            "description": "As outlined in Documents 1A and 3B of the ITT documentation."
                        },
                        {
                            "type": "economic",
                            "description": "As outlined in Documents 1A and 3B of the ITT documentation."
                        },
                        {
                            "type": "technical",
                            "description": "As outlined in Documents 1A and 3B of the ITT documentation."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "074809-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/074809-2025",
                "datePublished": "2025-11-18T14:19:11Z",
                "format": "text/html"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "All documentation can be found on Jaggaer. All communications regarding the procurement will be held via Jaggaer. All responses will be submitted via Jaggaer.",
                "url": "https://beisgroup.ukp.app.jaggaer.com/"
            },
            {
                "id": "074904-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/074904-2025",
                "datePublished": "2025-11-18T16:02:48Z",
                "format": "text/html"
            },
            {
                "id": "078753-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/078753-2025",
                "datePublished": "2025-12-02T09:57:18Z",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "074904-2025",
                "description": "Further detail added to initial notice"
            },
            {
                "id": "078753-2025",
                "description": "Tender submission deadline has been amended from 15/12/2025 to 19/12/2025 @ 14:00"
            }
        ]
    },
    "language": "en",
    "planning": {
        "noEngagementNoticeRationale": "Notice was published - Notice identifier: 2025/S 000-058821"
    }
}