Notice Information
Notice Title
Open Framework for Nuclear Technical Services
Notice Description
UKNNL would like to invite suppliers to apply to join a new Open Framework to support with the supply of Nuclear Technical Services for the United Kingdom National Nuclear Laboratory. A Pre-Market Engagement Notice reference: ocds-h6vhtk-066005 was published. The framework will run from July 2026 until July 2030 with the option to extend the framework by a further 4 years, until July 2034. The Framework will reopen once within the first 3-year period, and UKNNL will open it again at least once in the remaining 5-year contract term as required under Regulation 49 of the Procurement Act 2023. UKNNL may opt to open the framework for applications earlier than required, although not likely to be ever more than two times per year. Re-opening may be in relation to the framework agreement in its entirety or in relation to specific lots. Earlier re-opening could be triggered by a range of factors, which may include but are not limited to: * Supply & demand changes * Changes to requirements * Changes to framework lotting structure * Changes to rate card structures * Changes to qualitative assessment * Changes to framework management * Addition of new framework lots * Changes to demand, volumes, values and geographical coverage Suppliers are permitted to amend their technical and commercial response at each re-opening or can choose to allow their previous submission to be considered. The framework has the ability to award contracts through mini competition or direct award. Call-off contracts can be either fixed cost or cost reimbursable. Mini-Competition Where mini-competition is used, this is to be via the e-tender portal and must include all suppliers on the applicable lot. Each mini competition will be restricted to only one Lot. At mini-competition, suppliers can be asked to re-price and may offer discounted rates if they choose to, but may not charge more than the pricing which was submitted at the latest round of framework qualification. Should requirements at call-off not have been priced at point of framework creation, mini-competition should be held allowing all suppliers in the applicable Lot to price, accordingly, providing the additional requirement fits within the overall subject matter of the applicable Lot. Mini-competition criteria must not repeat qualification questions. The evaluation criteria must however comprise of the following, with weighting allowances adhered to: Evaluation Criteria Range Pricing 5-90% Technical 5-90% Social Value 5-90% Mini competitions can be ran using both the Open Procedure and the Competitive Flexible Procedure under the Procurement Act 2023, where the call-off is above threshold. Direct Award There are two direct award mechanisms under this Framework Agreement: * Direct award to the highest technically ranked supplier. * Direct award using the desktop calculator Direct award to the highest technically ranked suppliers Admittance to the framework is via a 100% technical evaluation. Framework suppliers will be ranked in order of their tendered technical score. Procurement Leads may direct award to the highest ranked supplier. If the highest ranked supplier is unable to provide the requested role UKNNL will award to the next highest ranked supplier who can provide that role. UKNNL is required to contract with the highest ranked supplier which can provide the required role, unless there is a preexisting relationship with any of the other suppliers on the applicable Framework, which would mean a Direct Award to that supplier is in the public interest. This could be because it offers value for money or a saving in terms of resource, or would cause disproportionate disruption to switch supplier. The decision made to award outside of the ranking structure will only be made where it delivers value for money and maximises public benefit. Direct award using the Desktop Calculator This direct award mechanism allows UKNNL to split the evaluation criteria between price and technical, based upon the requirements of each call-off. The desktop calculator will calculate the Most Advantageous Tenderer, taking into account each suppliers Technical Score, and the rate provided for the role being contracted for. Direct award can be used for both a single role and multiple role call-offs. The rates are assessed using the relative pricing equation: (lowest tendered rate / tenders' rate) x percentage weighting applied Where multiple rates on the desktop calculator are used, the rate in the equation will be the average of the rates selected. Once the calculator has ranked the suppliers, the highest ranked supplier should be contacted. Should the supplier be unable to fulfill the roles required, to the required clearance level or in the time-frame required, UKNNL will move down the rankings to the next highest ranked supplier who can fulfill the requirements. The weighting between Price and Technical will be dependent upon the specifics of each call-off but must be within the range set out below. Evaluation Criteria Range Pricing 5-95% Technical 5-95%
Lot Information
Lot 1 - Health Physics and Radiological Protection Advisor
See Invitation to Tender for further information and Appendix A Specification for Lot 1.
Renewal: Open Framework, open for 4 years initially, extended for a further 4 years.
Lot 2 - Human FactorsSee Invitation to Tender for further information and Appendix A Specification for Lot 2.
Renewal: Open Framework, open for 4 years initially, extended for a further 4 years.
Lot 3 - Radiological & ChemotoxicSee Invitation to Tender for further information and Appendix A Specification for Lot 3.
Renewal: Open Framework, open for 4 years initially, extended for a further 4 years.
Lot 4 - Criticality Safety and ShieldingSee Invitation to Tender for further information and Appendix A Specification for Lot 4.
Renewal: Open Framework, open for 4 years initially, extended for a further 4 years.
Lot 5 - Nuclear Safety CaseSee Invitation to Tender for further information and Appendix A Specification for Lot 5.
Renewal: Open Framework, open for 4 years initially, extended for a further 4 years.
Lot 6 - Fire Safety (Nuclear and Conventional)See Invitation to Tender for further information and Appendix A Specification for Lot 6.
Renewal: Open Framework, open for 4 years initially, extended for a further 4 years.
Lot 7 - EnvironmentalSee Invitation to Tender for further information and Appendix A Specification for Lot 7.
Renewal: Open Framework, open for 4 years initially, extended for a further 4 years.
Lot 8 - Quality and AssuranceSee Invitation to Tender for further information and Appendix A Specification for Lot 8.
Renewal: Open Framework, open for 4 years initially, extended for a further 4 years.
Lot 9 - SecuritySee Invitation to Tender for further information and Appendix A Specification for Lot 9.
Renewal: Open Framework, open for 4 years initially, extended for a further 4 years.
Lot 10 - Multi-Disciplinary LotSee Invitation to Tender for further information and Appendix A Specification for Lot 10.
Renewal: Open Framework, open for 4 years initially, extended for a further 4 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0694f1
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/042640-2026
- 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
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
73 - Research and development services and related consultancy services
90 - Sewage, refuse, cleaning and environmental services
98 - Other community, social and personal services
-
- CPV Codes
71350000 - Engineering-related scientific and technical services
73210000 - Research consultancy services
90714500 - Environmental quality control services
98113100 - Nuclear safety services
Notice Value(s)
- Tender Value
- £10,000,000 £10M-£100M
- Lots Value
- £10,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 May 20266 days ago
- Submission Deadline
- 10 Jun 20264 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 20 Jul 2026 - 20 Jul 2030 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNITED KINGDOM NATIONAL NUCLEAR LABORATORY
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- WARRINGTON
- Postcode
- WA3 6AE
- Post Town
- Warrington
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD6 Cheshire
- Small Region (ITL 3)
- TLD61 Warrington
- Delivery Location
- Not specified
-
- Local Authority
- Warrington
- Electoral Ward
- Birchwood
- Westminster Constituency
- Warrington North
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/042640-2026
8th May 2026 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0694f1-2026-05-08T15:31:03+01:00",
"date": "2026-05-08T15:31:03+01:00",
"ocid": "ocds-h6vhtk-0694f1",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PVXT-8784-YGNV",
"name": "United Kingdom National Nuclear Laboratory",
"identifier": {
"scheme": "GB-PPON",
"id": "PVXT-8784-YGNV"
},
"address": {
"streetAddress": "Chadwick House, Birchwood Park",
"locality": "Warrington",
"postalCode": "WA3 6AE",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD61"
},
"contactPoint": {
"name": "Emma Kirkpatrick",
"email": "emma.kirkpatrick@uknnl.com",
"telephone": "+44 1925933744"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.nnl.co.uk/",
"classifications": [
{
"id": "publicUndertaking",
"scheme": "UK_CA_TYPE",
"description": "Public undertaking"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PVXT-8784-YGNV",
"name": "United Kingdom National Nuclear Laboratory"
},
"tender": {
"id": "NNLC631F",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Open Framework for Nuclear Technical Services",
"description": "UKNNL would like to invite suppliers to apply to join a new Open Framework to support with the supply of Nuclear Technical Services for the United Kingdom National Nuclear Laboratory. A Pre-Market Engagement Notice reference: ocds-h6vhtk-066005 was published. The framework will run from July 2026 until July 2030 with the option to extend the framework by a further 4 years, until July 2034. The Framework will reopen once within the first 3-year period, and UKNNL will open it again at least once in the remaining 5-year contract term as required under Regulation 49 of the Procurement Act 2023. UKNNL may opt to open the framework for applications earlier than required, although not likely to be ever more than two times per year. Re-opening may be in relation to the framework agreement in its entirety or in relation to specific lots. Earlier re-opening could be triggered by a range of factors, which may include but are not limited to: * Supply & demand changes * Changes to requirements * Changes to framework lotting structure * Changes to rate card structures * Changes to qualitative assessment * Changes to framework management * Addition of new framework lots * Changes to demand, volumes, values and geographical coverage Suppliers are permitted to amend their technical and commercial response at each re-opening or can choose to allow their previous submission to be considered. The framework has the ability to award contracts through mini competition or direct award. Call-off contracts can be either fixed cost or cost reimbursable. Mini-Competition Where mini-competition is used, this is to be via the e-tender portal and must include all suppliers on the applicable lot. Each mini competition will be restricted to only one Lot. At mini-competition, suppliers can be asked to re-price and may offer discounted rates if they choose to, but may not charge more than the pricing which was submitted at the latest round of framework qualification. Should requirements at call-off not have been priced at point of framework creation, mini-competition should be held allowing all suppliers in the applicable Lot to price, accordingly, providing the additional requirement fits within the overall subject matter of the applicable Lot. Mini-competition criteria must not repeat qualification questions. The evaluation criteria must however comprise of the following, with weighting allowances adhered to: Evaluation Criteria Range Pricing 5-90% Technical 5-90% Social Value 5-90% Mini competitions can be ran using both the Open Procedure and the Competitive Flexible Procedure under the Procurement Act 2023, where the call-off is above threshold. Direct Award There are two direct award mechanisms under this Framework Agreement: * Direct award to the highest technically ranked supplier. * Direct award using the desktop calculator Direct award to the highest technically ranked suppliers Admittance to the framework is via a 100% technical evaluation. Framework suppliers will be ranked in order of their tendered technical score. Procurement Leads may direct award to the highest ranked supplier. If the highest ranked supplier is unable to provide the requested role UKNNL will award to the next highest ranked supplier who can provide that role. UKNNL is required to contract with the highest ranked supplier which can provide the required role, unless there is a preexisting relationship with any of the other suppliers on the applicable Framework, which would mean a Direct Award to that supplier is in the public interest. This could be because it offers value for money or a saving in terms of resource, or would cause disproportionate disruption to switch supplier. The decision made to award outside of the ranking structure will only be made where it delivers value for money and maximises public benefit. Direct award using the Desktop Calculator This direct award mechanism allows UKNNL to split the evaluation criteria between price and technical, based upon the requirements of each call-off. The desktop calculator will calculate the Most Advantageous Tenderer, taking into account each suppliers Technical Score, and the rate provided for the role being contracted for. Direct award can be used for both a single role and multiple role call-offs. The rates are assessed using the relative pricing equation: (lowest tendered rate / tenders' rate) x percentage weighting applied Where multiple rates on the desktop calculator are used, the rate in the equation will be the average of the rates selected. Once the calculator has ranked the suppliers, the highest ranked supplier should be contacted. Should the supplier be unable to fulfill the roles required, to the required clearance level or in the time-frame required, UKNNL will move down the rankings to the next highest ranked supplier who can fulfill the requirements. The weighting between Price and Technical will be dependent upon the specifics of each call-off but must be within the range set out below. Evaluation Criteria Range Pricing 5-95% Technical 5-95%",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71350000",
"description": "Engineering-related scientific and technical services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "90714500",
"description": "Environmental quality control services"
},
{
"scheme": "CPV",
"id": "98113100",
"description": "Nuclear safety services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "LOT-0001",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71350000",
"description": "Engineering-related scientific and technical services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "90714500",
"description": "Environmental quality control services"
},
{
"scheme": "CPV",
"id": "98113100",
"description": "Nuclear safety services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "LOT-0001"
},
{
"id": "LOT-0002",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71350000",
"description": "Engineering-related scientific and technical services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "90714500",
"description": "Environmental quality control services"
},
{
"scheme": "CPV",
"id": "98113100",
"description": "Nuclear safety services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "LOT-0002"
},
{
"id": "LOT-0003",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71350000",
"description": "Engineering-related scientific and technical services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "90714500",
"description": "Environmental quality control services"
},
{
"scheme": "CPV",
"id": "98113100",
"description": "Nuclear safety services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "LOT-0003"
},
{
"id": "LOT-0004",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71350000",
"description": "Engineering-related scientific and technical services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "90714500",
"description": "Environmental quality control services"
},
{
"scheme": "CPV",
"id": "98113100",
"description": "Nuclear safety services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "LOT-0004"
},
{
"id": "LOT-0005",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71350000",
"description": "Engineering-related scientific and technical services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "90714500",
"description": "Environmental quality control services"
},
{
"scheme": "CPV",
"id": "98113100",
"description": "Nuclear safety services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "LOT-0005"
},
{
"id": "LOT-0006",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71350000",
"description": "Engineering-related scientific and technical services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "90714500",
"description": "Environmental quality control services"
},
{
"scheme": "CPV",
"id": "98113100",
"description": "Nuclear safety services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "LOT-0006"
},
{
"id": "LOT-0007",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71350000",
"description": "Engineering-related scientific and technical services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "90714500",
"description": "Environmental quality control services"
},
{
"scheme": "CPV",
"id": "98113100",
"description": "Nuclear safety services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "LOT-0007"
},
{
"id": "LOT-0008",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71350000",
"description": "Engineering-related scientific and technical services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "90714500",
"description": "Environmental quality control services"
},
{
"scheme": "CPV",
"id": "98113100",
"description": "Nuclear safety services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "LOT-0008"
},
{
"id": "LOT-0009",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71350000",
"description": "Engineering-related scientific and technical services"
},
{
"scheme": "CPV",
"id": "73210000",
"description": "Research consultancy services"
},
{
"scheme": "CPV",
"id": "90714500",
"description": "Environmental quality control services"
},
{
"scheme": "CPV",
"id": "98113100",
"description": "Nuclear safety services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "LOT-0009"
}
],
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"isOpenFrameworkScheme": true,
"method": "withAndWithoutReopeningCompetition",
"type": "closed",
"description": "The framework has the ability to award contracts through mini competition or direct award. Call-off contracts can be either fixed cost or cost reimbursable. Mini-Competition Where mini-competition is used, this is to be via the e-tender portal and must include all suppliers on the applicable lot. Each mini competition will be restricted to only one Lot. At mini-competition, suppliers can be asked to re-price and may offer discounted rates if they choose to, but may not charge more than the pricing which was submitted at the latest round of framework qualification. Should requirements at call-off not have been priced at point of framework creation, mini-competition should be held allowing all suppliers in the applicable Lot to price, accordingly, providing the additional requirement fits within the overall subject matter of the applicable Lot. Mini-competition criteria must not repeat qualification questions. The evaluation criteria must however comprise of the following, with weighting allowances adhered to: Evaluation Criteria Range Pricing 5-90% Technical 5-90% Social Value 5-90% Mini competitions can be ran using both the Open Procedure and the Competitive Flexible Procedure under the Procurement Act 2023, where the call-off is above threshold. Direct Award There are two direct award mechanisms under this Framework Agreement: * Direct award to the highest technically ranked supplier. * Direct award using the desktop calculator Direct award to the highest technically ranked suppliers Admittance to the framework is via a 100% technical evaluation. Framework suppliers will be ranked in order of their tendered technical score. Procurement Leads may direct award to the highest ranked supplier. If the highest ranked supplier is unable to provide the requested role UKNNL will award to the next highest ranked supplier who can provide that role. UKNNL is required to contract with the highest ranked supplier which can provide the required role, unless there is a preexisting relationship with any of the other suppliers on the applicable Framework, which would mean a Direct Award to that supplier is in the public interest. This could be because it offers value for money or a saving in terms of resource, or would cause disproportionate disruption to switch supplier. The decision made to award outside of the ranking structure will only be made where it delivers value for money and maximises public benefit. Direct award using the Desktop Calculator This direct award mechanism allows UKNNL to split the evaluation criteria between price and technical, based upon the requirements of each call-off. The desktop calculator will calculate the Most Advantageous Tenderer, taking into account each suppliers Technical Score, and the rate provided for the role being contracted for. Direct award can be used for both a single role and multiple role call-offs. The rates are assessed using the relative pricing equation: (lowest tendered rate / tenders' rate) x percentage weighting applied Where multiple rates on the desktop calculator are used, the rate in the equation will be the average of the rates selected. Once the calculator has ranked the suppliers, the highest ranked supplier should be contacted. Should the supplier be unable to fulfill the roles required, to the required clearance level or in the timeframe required, UKNNL will move down the rankings to the next highest ranked supplier who can fulfill the requirements. The weighting between Price and Technical will be dependent upon the specifics of each call-off but must be within the range set out below. Evaluation Criteria Range Pricing 5-95% Technical 5-95%",
"openFrameworkSchemeEndDate": "2034-07-21T23:59:59+01:00"
}
},
"submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=105255&TID100110394&B=",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-06-10T12:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2026-05-28T16:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-07-13T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"title": "Lot 1 - Health Physics and Radiological Protection Advisor",
"description": "See Invitation to Tender for further information and Appendix A Specification for Lot 1.",
"status": "active",
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical Evaluation",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-20T00:00:00Z",
"endDate": "2030-07-20T23:59:59+01:00",
"maxExtentDate": "2034-07-20T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Open Framework, open for 4 years initially, extended for a further 4 years."
}
},
{
"id": "LOT-0001",
"title": "Lot 2 - Human Factors",
"description": "See Invitation to Tender for further information and Appendix A Specification for Lot 2.",
"status": "active",
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-20T00:00:00Z",
"endDate": "2030-07-20T23:59:59+01:00",
"maxExtentDate": "2034-07-20T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Open Framework, open for 4 years initially, extended for a further 4 years."
}
},
{
"id": "LOT-0002",
"title": "Lot 3 - Radiological & Chemotoxic",
"description": "See Invitation to Tender for further information and Appendix A Specification for Lot 3.",
"status": "active",
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-20T00:00:00Z",
"endDate": "2030-07-20T23:59:59+01:00",
"maxExtentDate": "2034-07-20T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Open Framework, open for 4 years initially, extended for a further 4 years."
}
},
{
"id": "LOT-0003",
"title": "Lot 4 - Criticality Safety and Shielding",
"description": "See Invitation to Tender for further information and Appendix A Specification for Lot 4.",
"status": "active",
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-20T00:00:00Z",
"endDate": "2030-07-20T23:59:59+01:00",
"maxExtentDate": "2034-07-20T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Open Framework, open for 4 years initially, extended for a further 4 years."
}
},
{
"id": "LOT-0004",
"title": "Lot 5 - Nuclear Safety Case",
"description": "See Invitation to Tender for further information and Appendix A Specification for Lot 5.",
"status": "active",
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-20T00:00:00Z",
"endDate": "2030-07-20T23:59:59+01:00",
"maxExtentDate": "2034-07-20T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Open Framework, open for 4 years initially, extended for a further 4 years."
}
},
{
"id": "LOT-0005",
"title": "Lot 6 - Fire Safety (Nuclear and Conventional)",
"description": "See Invitation to Tender for further information and Appendix A Specification for Lot 6.",
"status": "active",
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-20T00:00:00Z",
"endDate": "2030-07-20T23:59:59+01:00",
"maxExtentDate": "2034-07-20T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Open Framework, open for 4 years initially, extended for a further 4 years."
}
},
{
"id": "LOT-0006",
"title": "Lot 7 - Environmental",
"description": "See Invitation to Tender for further information and Appendix A Specification for Lot 7.",
"status": "active",
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-20T00:00:00Z",
"endDate": "2030-07-20T23:59:59+01:00",
"maxExtentDate": "2034-07-20T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Open Framework, open for 4 years initially, extended for a further 4 years."
}
},
{
"id": "LOT-0007",
"title": "Lot 8 - Quality and Assurance",
"description": "See Invitation to Tender for further information and Appendix A Specification for Lot 8.",
"status": "active",
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-20T00:00:00Z",
"endDate": "2030-07-20T23:59:59+01:00",
"maxExtentDate": "2034-07-20T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Open Framework, open for 4 years initially, extended for a further 4 years."
}
},
{
"id": "LOT-0008",
"title": "Lot 9 - Security",
"description": "See Invitation to Tender for further information and Appendix A Specification for Lot 9.",
"status": "active",
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-20T00:00:00Z",
"endDate": "2030-07-20T23:59:59+01:00",
"maxExtentDate": "2034-07-20T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Open Framework, open for 4 years initially, extended for a further 4 years."
}
},
{
"id": "LOT-0009",
"title": "Lot 10 - Multi-Disciplinary Lot",
"description": "See Invitation to Tender for further information and Appendix A Specification for Lot 10.",
"status": "active",
"value": {
"amountGross": 12000000,
"amount": 10000000,
"currency": "GBP"
},
"awardCriteria": {
"weightingDescription": "No award criteria, auto added to this Lot upon being successful on any lot, Lot 1 through 9.",
"criteria": [
{
"type": "quality",
"name": "No Criteria",
"description": "No award criteria, auto added to this Lot upon being successful on any lot, Lot 1 through 9. Mini competition only on this Lot, no direct award mechanism, therefore no evaluation criteria."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-07-20T00:00:00Z",
"endDate": "2030-07-20T23:59:59+01:00",
"maxExtentDate": "2034-07-20T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Open Framework, open for 4 years initially, extended for a further 4 years."
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "042640-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/042640-2026",
"datePublished": "2026-05-08T15:31:03+01:00",
"format": "text/html"
}
]
},
"language": "en"
}