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
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
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
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
publicprocurementreview@cabinetoffice.gov.uk
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit