Tender

Nuclear Energy Regulatory Justification Services Framework

  • DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)

F02: Contract notice

Notice identifier: 2025/S 000-006720

Procurement identifier (OCID): ocds-h6vhtk-04e675

Published 21 February 2025, 1:03pm



Section one: Contracting authority

one.1) Name and addresses

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Contact

Carol Caddick

Email

carol.caddick@defra.gov.uk

Telephone

+44 7554439010

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs

Buyer's address

https://defra-family.force.com/s/Welcome

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://atamis-9529.my.site.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Nuclear Energy Regulatory Justification Services Framework

Reference number

C24286

two.1.2) Main CPV code

  • 90713000 - Environmental issues consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority has an agreement with the Department for Energy Security and Net Zero (DESNZ) to fulfil specific elements of the Justification process, as Justifying Authority for new nuclear energy technologies. The Authority’s Nuclear Justification Team’s role is to advise the SoS so that the SoS may determine the class or type of practice (CTP) that pertains to any application it receives from the nuclear industry and to decide whether the CTP is Justified or not.The Authority wishes to establish a framework of suppliers who have the requisite nuclear expertise to provide advice throughout the Justification process. The Authority's Nuclear Justification Team will use the services and deliverables provided by Framework Suppliers to inform its recommendations to the Secretary of State (SoS) in respect of an appropriate CTP and whether it is Justified.

two.1.5) Estimated total value

Value excluding VAT: £8,650,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90711000 - Environmental impact assessment other than for construction
  • 71621000 - Technical analysis or consultancy services
  • 90711400 - Environmental Impact Assessment (EIA) services other than for construction
  • 45251110 - Nuclear-power station construction work
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 71311000 - Civil engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

England

two.2.4) Description of the procurement

The Authority's Nuclear Justification Team will use the services and deliverables provided by Framework Suppliers to inform its recommendations to the Secretary of State (SoS) in respect of an appropriate CTP and whether it is Justified.
The Authority wishes to establish a framework of up to 12 (twelve) suppliers who have the requisite nuclear expertise to provide advice throughout the Justification process.
The Framework is expected to commence in August 2025 and operate for a period of 60 months with an optional extension period of up to 18 months to permit ongoing assessments to be completed, with a maximum end date of January 2032.
The Authority anticipates a range of Justification applications over the Framework term. These are expected to form the core of the work commissioned through the Framework. The Authority expects to receive two applications in 2025, and thereafter one or two applications per year.
There is no guarantee or commitment to the number of applications to be assessed or the timelines for applications to be received over the Framework term. Each application is expected to take up to nineteen months to complete.
The objective for this Framework is to appoint Framework Suppliers with the capability to provide the following services:
• Undertake specific analyses and provide technical advice to inform Justification decisions on new nuclear energy technologies including but not limited to:
o preparing detailed and comprehensive written reports, in an agreed manner and timeline, as required
o presenting, explaining and discussing report findings to/with the NJ Team, statutory consultees and other stakeholders as required
o other related analysis and technical advice as required.
• Provide ongoing technical support to the NJ Team, including but not limited to:
o providing expert knowledge, advice and support to enable interpretation and understanding of technical aspects and implications of data and information relevant to the Justification assessment process
o providing advice on robustness of evidence, gaps in evidence and methods
o providing access to expert bodies to approach to provide supplementary evidence where needed
o co-authoring draft and final Decision documents with the NJ Team
o other related technical support as required.
The full Framework Specification and Bidder Pack can be downloaded from the eSourcing portal at https://atamis-9529.my.site.com/s/Welcome

two.2.5) Award criteria

Quality criterion - Name: Organisational Structure / Weighting: 10

Quality criterion - Name: Conflict of Interest Management / Weighting: 10

Quality criterion - Name: Staff Resource / Weighting: 15

Quality criterion - Name: Sustainability & Social Value / Weighting: 10

Quality criterion - Name: Technical Skills & Capability / Weighting: 40

Quality criterion - Name: Quality Assurance / Weighting: 15

Quality criterion - Name: Final Quality Weighting / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £8,650,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2025

End date

31 July 2030

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial Framework term shall be 60 months with the potential for up to an 18 month extension period (exercisable by the Authority). The extension period is intended to enable the completion of assessments commenced during the initial framework term should this become necessary. It is not anticipated that new application assessments will be commenced after the end of the initial term.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Due to national security sensitivities around the services to be procured, Framework Suppliers, including Consortium Partners and sub-contractors, shall have and maintain a physical base in the UK or have a physical base in either a World Trade Organisation Agreement on Government Procurement (WTO GPA) Member party country (set out in Schedule 1A of the Regulations), or a Treaty country that the UK has an international free trade agreement with, for the duration of the Framework term.

All personnel undertaking work on the Framework, including staff employed by Consortium Partners or sub-contractors, will be required to hold National security vetting Security Check (SC) level of clearance . For more information, see UK Security Vetting guidance.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 12

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The Authority has a five year programme of applications. It is the intention to establish the framework to cover the same time period to maintain continuity of service. The optional 18 month extension will allow the completion ongoing assessments and any further reviews of completed assessments required. No new assessments will be commissioned after the expiry of the initial framework term.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

2 May 2025

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 May 2025

Local time

4:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Body

N/A

N/A

N/A

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

Public Procurement Review Body

N/A

N/A

N/A

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.4) Service from which information about the review procedure may be obtained

Public Procurement Review Body

N/A

N/A

N/A

Email

publicprocurementreview@cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit