Section one: Contracting authority
one.1) Name and addresses
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS
Seacole Building, 2 Marsham Street
London
SW1P 4DF
Contact
Carol Caddick
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.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 has established 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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £8,650,000
two.2) Description
two.2.2) Additional CPV code(s)
- 71621000 - Technical analysis or consultancy services
- 90711000 - Environmental impact assessment 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
UK
two.2.4) Description of the procurement
The Authority's Nuclear Justification (NJ) 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 has established a framework of 8 (eight) suppliers that have the requisite nuclear expertise to provide the following services throughout the Justification process.
• 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 Framework will commence on 01/10/2025 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 March 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. 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 Justification application is expected to take up to nineteen months to complete.
two.2.5) Award criteria
Quality criterion - Name: Technical Skills & Capability / Weighting: 40
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: Quality Assurance / Weighting: 15
Quality criterion - Name: Sustainability & Social Value / Weighting: 10
Quality criterion - Name: Final Quality Weighting / Weighting: 70
Price - Weighting: 30
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 framework 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 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
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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-006720
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 August 2025
five.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
AFRY Solutions UK
920 Birchwood Blvd
Warrington
WA3 7QS
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
1192469
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £8,650,000
Total value of the contract/lot: £0.01
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 August 2025
five.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Assystem Energy and Infrastructure
Innovation Centre, 1 Evolution Park, Haslingden Road, Blackburn, Lancashire, BB1 2FD
Blackburn
BB1 2FD
Telephone
+44 1254927600
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
03148098
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £8,650,000
Total value of the contract/lot: £0.01
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 August 2025
five.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Egis UK – Consulting and Engineering Limited
3 Valentine Place, Southwark
London
SE1 8QH
Telephone
+44 1254927600
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
11475428
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £8,650,000
Total value of the contract/lot: £0.01
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 August 2025
five.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
TUV SUD Limited
Napier Building, Scottish Enterprise Technology Park, East Kilbride Glasgow
Glasgow
G75 0QF
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
SC215164
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £8,650,000
Total value of the contract/lot: £0.01
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 August 2025
five.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Energy, Safety and Risk Consultants (UK) Limited
305 Bridgewater Place, Birchwood Park
Warrington
WA3 6XF
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
07825532
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £8,650,000
Total value of the contract/lot: £0.01
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 August 2025
five.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
RSK Environment Ltd
65 Sussex Street
Glasgow
G41 1DX
Telephone
+44 1928726006
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
SC115530
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £8,650,000
Total value of the contract/lot: £0.01
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 August 2025
five.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Frazer-Nash Consultancy Ltd
Hill Park Court, Springfield Drive, Leatherhead, Surrey,
Leatherhead
KT22 7NL
Telephone
+44 1306885050
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
2562870
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £8,650,000
Total value of the contract/lot: £0.01
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
29 August 2025
five.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
PA Consulting Services Ltd
10 Bressenden Place
London
SW1E 5DN
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
414220
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £8,650,000
Total value of the contract/lot: £0.01
Section six. Complementary information
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