Notice Information
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 technical support and scrutiny across several areas 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 disposal. Suppliers are required for the provision of expert advice and scrutiny on solid radioactive waste disposal including, but not limited to, support in the technical evaluation of near-surface Environmental Safety Cases (ESCs) from developers and operators of radioactive waste disposal facilities and Site-Wide Environmental Safety Case (SWESCs) from operators of nuclear licensed sites and expert advice and scrutiny on geological solid radioactive waste disposal. The scope of services will also encompass expert 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 and other advice connected with solid radioactive waste disposal. The Framework will also be available to other Defra group bodies which have regulatory roles in the nuclear industry should they require services related to solid radioactive waste disposal to fulfil their statutory obligations. The full Framework Scope and Technical Specifications are provided in the Bidder Pack which also contains the full details of the opportunity, the tender process and how to submit a tender. The Bidder Pack is available via the Authority's eSourcing portal. Note: there has been an amendment to the previously published UK03 Planned Procurement Notice (UK-0561). The lot structure has been amended - Lot 3 will now be divided into three (3) separate Sub-lots not a single Lot as previously advised. To participate in the tendering procedure you must be registered on the Defra eSourcing 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
Lot Information
Technical Secretariat Support for an Expert 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 is included in the Bidder Pack Annex C.
Options: The Framework may be re-opened in year three to establish a follow on Framework for up to a further 5 years.
Topical Review ServicesThe Authority will appoint the successful tenderers for sub-lots 2.1, 2.2 and all sub-lots under 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. Full details are available in the Bidder Pack Annex C.
Options: The Framework may be re-opened in year three to establish a follow on Framework for up to a further 5 years.
2026 Low Level Waste Repository Environmental Safety Case and other servicesThe 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. Lot number For further details see Specification Annex D in the Bidder Pack
Renewal: The contract may be extended by up to 4 x 12 month extension periods at the discretion of the Authority.
Radioactive Waste Disposal at landfills, decommissioning sites and other supportThe 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 facilities 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. See Specification Annex D in the Bidder Pack for further details
Options: The Framework may be re-opened in year three to establish a follow on Framework for up to a further 5 years.
Regulatory review of Site Descriptive ModelsLot 3 will 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. This Sub-lot will provide expert support for the review of site descriptive models, including aspects relating to hydrogeology, geochemistry and structural geology. Up to three suppliers will be appointed. The Annex E Specification in the Bidder Pack provides further information.
Options: The Framework may be re-opened in year three to establish a follow on Framework for up to a further 5 years.
Site Characterisation PlansLot 3 will 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. This Sub-lot will provide expert support for the review of site characterisation plans including for deep borehole drilling and investigations. Up to three suppliers will be appointed. The Annex E Specification in the Bidder Pack provides further information.
Options: The Framework may be re-opened in year three to establish a follow on Framework for up to a further 5 years.
Environmental Safety Case (ESC) and safety assessment developmentLot 3 will 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. This Sub-lot will provide expert support for the review of ESC and environmental safety assessment development. Up to three suppliers will be appointed. The Annex E Specification in the Bidder Pack provides further information.
Options: The Framework may be re-opened in year three to establish a follow on Framework for up to a further 5 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-061077
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/014633-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- 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
- £9,750,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Feb 20264 days ago
- Submission Deadline
- 7 Apr 20262 months to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Aug 2026 - 31 Aug 2030 4-5 years
- Recurrence
- 2029-08-31
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ENVIRONMENT AGENCY
- Additional Buyers
- Contact Name
- Carol Caddick
- Contact Email
- carol.caddick@defra.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
-
https://www.find-tender.service.gov.uk/Notice/014633-2026
18th February 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/007413-2026
28th January 2026 - Tender notice on Find a Tender
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-061077-2026-02-18T10:39:26Z",
"date": "2026-02-18T10:39:26Z",
"ocid": "ocds-h6vhtk-061077",
"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": "carol.caddick@defra.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 FOR 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": "carol.caddick@defra.gov.uk"
},
"roles": [
"procuringEntity",
"processContactPoint"
],
"roleDetails": "Defra group Commercial will manage this 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": {
"noEngagementNoticeRationale": "UK3 Notice published 28/11/2025 (UK-0561) but amendment to Lot 3 to structure into sub-lots occurred post publication. Change to Lot structure cannot be made in UK4 notice if notices are linked."
},
"tender": {
"id": "C-32197",
"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 technical support and scrutiny across several areas 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 disposal. Suppliers are required for the provision of expert advice and scrutiny on solid radioactive waste disposal including, but not limited to, support in the technical evaluation of near-surface Environmental Safety Cases (ESCs) from developers and operators of radioactive waste disposal facilities and Site-Wide Environmental Safety Case (SWESCs) from operators of nuclear licensed sites and expert advice and scrutiny on geological solid radioactive waste disposal. The scope of services will also encompass expert 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 and other advice connected with solid radioactive waste disposal. The Framework will also be available to other Defra group bodies which have regulatory roles in the nuclear industry should they require services related to solid radioactive waste disposal to fulfil their statutory obligations. The full Framework Scope and Technical Specifications are provided in the Bidder Pack which also contains the full details of the opportunity, the tender process and how to submit a tender. The Bidder Pack is available via the Authority's eSourcing portal. Note: there has been an amendment to the previously published UK03 Planned Procurement Notice (UK-0561). The lot structure has been amended - Lot 3 will now be divided into three (3) separate Sub-lots not a single Lot as previously advised. To participate in the tendering procedure you must be registered on the Defra eSourcing 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",
"status": "active",
"items": [
{
"id": "1.1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or 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": "90713000",
"description": "Environmental issues consultancy 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"
}
],
"relatedLot": "1.1"
},
{
"id": "1.2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or 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": "90713000",
"description": "Environmental issues consultancy 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"
}
],
"relatedLot": "1.2"
},
{
"id": "2.1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or 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": "90713000",
"description": "Environmental issues consultancy 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"
}
],
"relatedLot": "2.1"
},
{
"id": "2.2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or 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": "90713000",
"description": "Environmental issues consultancy 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"
}
],
"relatedLot": "2.2"
},
{
"id": "3.1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or 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": "90713000",
"description": "Environmental issues consultancy 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"
}
],
"relatedLot": "3.1"
},
{
"id": "3.2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or 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": "90713000",
"description": "Environmental issues consultancy 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"
}
],
"relatedLot": "3.2"
},
{
"id": "3.3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or 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": "90713000",
"description": "Environmental issues consultancy 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"
}
],
"relatedLot": "3.3"
}
],
"value": {
"amountGross": 11700000,
"amount": 9750000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This procurement is being conducted as a Competitive Flexible Procedure in accordance with the Procurement Act 2023. Completion and submission of all documents will be conducted via the Authority's eSourcing system. There will be three stages as follows: Stage One - Conditions of Participation At this stage of the procurement Tenderers will be asked to submit their Procurement Specific Questionnaire and the response to the Conditions of Participation. 1.1 Conditions of Participation and Procurement Specific Questionnaire Tenderers must complete a series of questions to allow the Authority to confirm their eligibility to participate in the competition, together with core supplier information, additional exclusions and debarment information. Tenderers will not progress to the Technical Response stage if they do not pass this stage. Stage Two - Tender Stage 1.2 Technical Response Tenderers must respond to a series of technical questions as outlined on the Authority's eSourcing system. Responses will be evaluated as described in this document and the Authority's eSourcing system. If Tenderers fail to meet any minimum Technical Threshold set for a Response, they will be eliminated from the competition and not progress to having their Commercial Response assessed. Suppliers must upload their Form of Tender otherwise their submission will not be considered. 1.3 Commercial Response Tenderers must complete the Pricing Schedule in the Bidder Pack and upload it as the Response to the commercial question as detailed on the Authority's eSourcing system. Responses will be evaluated as described in the Bidder Pack Part Two document. Scores from the technical and commercial sections will be added together to arrive at a total weighted score. Stage Three (optional) - Negotiation Stage As set out in the Bidder Pack Part Two document, following the initial evaluation of bidders' commercial offer, the Authority may request bidders review their Price Schedule to provide a Best and Final Offer. A further evaluation to confirm the most advantageous tenders for each Sub-lot will be undertaken. Once evaluations have been completed, the most advantageous tenders for each Sub-lot will be the Tenderers with the highest final score(s). Tenderers will be notified about whether they have been successful in securing a place on the Framework. The number of Tenderers to be offered a contract for each Sub-lot is set out in the Bidder Pack Part Two document. Please note that this tender will be tendered, evaluated and awarded on a sub-lot basis."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"participationFees": [
{
"id": "ocds-h6vhtk-061077",
"type": [
"win"
],
"description": "No fees applicable"
}
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"isOpenFrameworkScheme": true,
"maximumParticipants": 16,
"method": "withAndWithoutReopeningCompetition",
"type": "open",
"buyerCategories": "Department for Environment, Food and Rural Affairs (Defra) and Defra group bodies (including but not limited to Core Defra, Natural England and Marine Maritime Organisation).",
"description": "The Authority anticipates the framework will operate for 8 (eight) years in total commencing 1st September 2026 until 31 August 2034. The initial Framework Period will be for a period of 4 (four) years to 31 August 2030. The Authority anticipates the framework will be re-opened in its third year (2029) 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. Sub-lot 2.1 will not be included in the re-opening process. 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": "Details of the information required for Tenders and submission instructions are set out in the Bidder Pack which can be accessed through the Defra eSourcing portal. All submissions must be made using the eSourcing Portal. Details of how to register your organisation on the portal can be found at https://atamis-9529.my.site.com/s/Welcome. Tenderers must also be registered on the Central Digital Platform (CDF). Details of how to register can be found at https://www.gov.uk/government/publications/procurement-act-2023-short-guides/suppliers-how-to-register-your-organisation-and-first-administrator-on-find-a-tender-in-three-easy-steps-html",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-04-07T15:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-03-26T16:00:00Z"
},
"awardPeriod": {
"endDate": "2026-05-26T23:59:59+01:00"
},
"lots": [
{
"id": "1.1",
"title": "Technical Secretariat Support for an Expert 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 is included in the Bidder Pack Annex C.",
"status": "active",
"value": {
"amountGross": 1618800,
"amount": 1349000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "The conditions and information to be provided is set out in the Bidder Pack Part Two-Procurement Specific Requirements."
},
{
"type": "technical",
"description": "N/A"
},
{
"type": "economic",
"description": "The conditions and information to be provided is set out in the Bidder Pack Part Two-Procurement Specific Requirements."
},
{
"type": "technical",
"description": "N/A"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-09-01T00:00:00+01:00",
"endDate": "2030-08-31T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "The Framework may be re-opened in year three to establish a follow on Framework for up to a further 5 years."
}
},
{
"id": "1.2",
"title": "Topical Review Services",
"description": "The Authority will appoint the successful tenderers for sub-lots 2.1, 2.2 and all sub-lots under 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. Full details are available in the Bidder Pack Annex C.",
"status": "active",
"value": {
"amountGross": 427200,
"amount": 356000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "The conditions and information to be provided is set out in the Bidder Pack Part Two-Procurement Specific Requirements."
},
{
"type": "technical",
"description": "N/A"
},
{
"type": "economic",
"description": "The conditions and information to be provided is set out in the Bidder Pack Part Two-Procurement Specific Requirements."
},
{
"type": "technical",
"description": "N/A"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-09-01T00:00:00+01:00",
"endDate": "2030-08-31T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "The Framework may be re-opened in year three to establish a follow on Framework for up to a further 5 years."
}
},
{
"id": "2.1",
"title": "2026 Low Level Waste Repository Environmental Safety Case and other services",
"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. Lot number For further details see Specification Annex D in the Bidder Pack",
"status": "active",
"value": {
"amountGross": 4152000,
"amount": 3460000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "The conditions and information to be provided is set out in the Bidder Pack Part Two-Procurement Specific Requirements."
},
{
"type": "technical",
"description": "N/A"
},
{
"type": "economic",
"description": "The conditions and information to be provided is set out in the Bidder Pack Part Two-Procurement Specific Requirements."
},
{
"type": "technical",
"description": "N/A"
}
]
},
"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,
"renewal": {
"description": "The contract may be extended by up to 4 x 12 month extension periods at the discretion of the Authority."
}
},
{
"id": "2.2",
"title": "Radioactive Waste Disposal at landfills, decommissioning sites and other support",
"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 facilities 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. See Specification Annex D in the Bidder Pack for further details",
"status": "active",
"value": {
"amountGross": 969000,
"amount": 808000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "The conditions and information to be provided is set out in the Bidder Pack Part Two-Procurement Specific Requirements."
},
{
"type": "technical",
"description": "N/A"
},
{
"type": "economic",
"description": "The conditions and information to be provided is set out in the Bidder Pack Part Two-Procurement Specific Requirements."
},
{
"type": "technical",
"description": "N/A"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-10-01T00:00:00+01:00",
"endDate": "2030-08-31T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "The Framework may be re-opened in year three to establish a follow on Framework for up to a further 5 years."
}
},
{
"id": "3.1",
"title": "Regulatory review of Site Descriptive Models",
"description": "Lot 3 will 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. This Sub-lot will provide expert support for the review of site descriptive models, including aspects relating to hydrogeology, geochemistry and structural geology. Up to three suppliers will be appointed. The Annex E Specification in the Bidder Pack provides further information.",
"status": "active",
"value": {
"amountGross": 4532000,
"amount": 3777000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "The conditions and information to be provided is set out in the Bidder Pack Part Two-Procurement Specific Requirements."
},
{
"type": "technical",
"description": "N/A"
},
{
"type": "economic",
"description": "The conditions and information to be provided is set out in the Bidder Pack Part Two-Procurement Specific Requirements."
},
{
"type": "technical",
"description": "N/A"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-09-01T00:00:00+01:00",
"endDate": "2030-08-31T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "The Framework may be re-opened in year three to establish a follow on Framework for up to a further 5 years."
}
},
{
"id": "3.2",
"title": "Site Characterisation Plans",
"description": "Lot 3 will 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. This Sub-lot will provide expert support for the review of site characterisation plans including for deep borehole drilling and investigations. Up to three suppliers will be appointed. The Annex E Specification in the Bidder Pack provides further information.",
"status": "active",
"value": {
"amountGross": 4532000,
"amount": 3777000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "The conditions and information to be provided is set out in the Bidder Pack Part Two-Procurement Specific Requirements."
},
{
"type": "technical",
"description": "N/A"
},
{
"type": "economic",
"description": "The conditions and information to be provided is set out in the Bidder Pack Part Two-Procurement Specific Requirements."
},
{
"type": "technical",
"description": "N/A"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-09-01T00:00:00+01:00",
"endDate": "2030-08-31T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "The Framework may be re-opened in year three to establish a follow on Framework for up to a further 5 years."
}
},
{
"id": "3.3",
"title": "Environmental Safety Case (ESC) and safety assessment development",
"description": "Lot 3 will 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. This Sub-lot will provide expert support for the review of ESC and environmental safety assessment development. Up to three suppliers will be appointed. The Annex E Specification in the Bidder Pack provides further information.",
"status": "active",
"value": {
"amountGross": 4532000,
"amount": 3777000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 30,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "The conditions and information to be provided is set out in the Bidder Pack Part Two-Procurement Specific Requirements."
},
{
"type": "technical",
"description": "N/A"
},
{
"type": "economic",
"description": "The conditions and information to be provided is set out in the Bidder Pack Part Two-Procurement Specific Requirements."
},
{
"type": "technical",
"description": "N/A"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-09-01T00:00:00+01:00",
"endDate": "2030-08-31T23:59:59+01:00"
},
"hasOptions": true,
"options": {
"description": "The Framework may be re-opened in year three to establish a follow on Framework for up to a further 5 years."
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 6,
"maximumLotsAwardedPerSupplier": 6,
"awardCriteriaDetails": "The Framework will be structured in 3 technical Lots. The Lots will be divided into 7 further sub-lots. The 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 all Lot 3 Sub-lots 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 suppliers which receive the 5 highest total evaluation scores, i.e. ranked 1st - 5th, for this sub-lot. Lot 3 - Specialist support to regulation of geological disposal: Each Sub-lot (3.1, 3.2, and 3.3) will be awarded to up to 3 suppliers per Sub-lot, which receive the 3 highest total evaluation scores for the relevant Sub-lot, i.e. ranked 1st - 3rd for each Sub-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 Sub-lots if their tender for each Sub-lot is ranked as set out above."
},
"documents": [
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "Updated Draft Framework Agreement will be uploaded to the Bidder Pack in the Authority's eSourcing portal"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest"
},
{
"id": "007413-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/007413-2026",
"datePublished": "2026-01-28T09:59:40Z",
"format": "text/html"
},
{
"id": "014633-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/014633-2026",
"datePublished": "2026-02-18T10:39:26Z",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2029-08-31T23:59:59+01:00"
},
{
"startDate": "2029-08-31T23:59:59+01:00"
}
]
},
"contractTerms": {
"financialTerms": "Within 30 days of receipt of a valid invoice. The Authority's preference is for invoices to be submitted electronically. Further information on the submission of invoices will be contained in the Framework Agreement and / or Call-off Contracts"
},
"riskDetails": "Risk 1 - Potential for Call-Off Contract Values to Exceed Framework Upper Limit: There is uncertainty regarding the future pipeline of work. As a result, the cumulative value of call-off contracts may exceed the current upper value limit of PS9.75m during the Framework Period. This risk cannot be fully addressed within the contract terms because the volume of work required is dependent on the number and type of applications received from industry operators and the level of external resource the Authority will require to support applications, which cannot be reliably forecast at this stage. Risk 2 - Impact of Government Regulatory Changes and Nuclear Policy Developments: Current and future Government regulatory reviews, together with the potential implications of the recent Atlantic Partnership for Nuclear Energy announcement, may affect the volume, value, or scope of services required under the Framework. These impacts cannot currently be quantified and therefore cannot be fully reflected in the contract specification or pricing model at the point of award.",
"amendments": [
{
"id": "014633-2026",
"description": "Extension of Tender Return Deadline"
}
]
},
"language": "en"
}