Tender

CBRN Remediation Services Framework

  • Department for Environment Food & Rural Affairs

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-065264

Procurement identifier (OCID): ocds-h6vhtk-0583b4 (view related notices)

Published 14 October 2025, 3:19pm



Scope

Description

The Remediation Services Framework is procured, on behalf of UK Government, by the Department for the Environment, Food & Rural Affairs (Defra), Chemical, Biological, Radiation and Nuclear (CBRN) Emergencies Team. The Government will however reserve the right to use other services other than the Framework in the case of CBRN emergency.

The Defra CBRN Emergencies Team increases the UK's capacity and capability to respond and recover from deliberate and accidental releases of CBRN materials, and from releases of hazardous materials (HAZMAT) including nuclear accidents, regardless of scale where the incident is in excess of local capability and/or knowledge and authorities request help from Defra services.

These services include advice, guidance and access to practical CBRN recovery services to support those who will be responsible for remediation. Defra is seeking to establish a framework agreement of specialist suppliers to provide contingency remediation and related services in the areas of CBRN contamination.

Scope of service is to supply, transport, deploy and implement remediation and waste management service(s) for use by the Contracting Authority in a CBRN or HAZMAT incident.

'CBRN' is the abbreviation commonly used to describe the deliberate or malicious use of Chemical, Biological, Radiological and Nuclear materials with the intention to cause significant harm or disruption.

HAZMAT refers to a material that would be a danger to life or to the environment if released - whether deliberately or accidentally - without precautions.

The number and scale of CBRN incidents over the 8-year framework is extremely difficult to predict. As a result, the Authority reserves the right to rely on Schedule 8 Paragraph 1 (Provided for in the Contract) of the Procurement Act 2023 to increase the value of the framework at any stage during the lifetime of the open framework. Any increase in value will relate solely to opportunities within the scope of this Tender Notice.

Commercial tool

Establishes an open framework

Total value (estimated)

  • £26,000,000 excluding VAT
  • £31,200,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2034
  • 8 years

Main procurement category

Services

CPV classifications

  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
  • 90722200 - Environmental decontamination services

Contract locations

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey
  • AI - Anguilla
  • BM - Bermuda
  • FK - Falkland Islands
  • GI - Gibraltar
  • GS - South Georgia and South Sandwich Islands
  • IO - British Indian Ocean Territory
  • KY - Cayman Islands
  • MS - Montserrat
  • PN - Pitcairn, Henderson, Ducie and Oeno Islands
  • SH - Saint Helena, Ascension and Tristan da Cunha
  • TC - Turks and Caicos Islands
  • VG - British Virgin Islands

Lot 1. Chemical Sampling, Analysis and Monitoring

Description

Lot 1: Chemical Sampling, Analysis and Monitoring

Lot value (estimated)

  • £3,250,000 excluding VAT
  • £3,900,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Chemical Remediation

Description

Lot 2: Chemical Remediation

Lot value (estimated)

  • £3,250,000 excluding VAT
  • £3,900,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Chemical Waste Management and Disposal

Description

Lot 3: Chemical Waste Management and Disposal

Lot value (estimated)

  • £3,250,000 excluding VAT
  • £3,900,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. Biological Sampling, Analysis and Monitoring

Description

Lot 4: Biological Sampling, Analysis and Monitoring

Lot value (estimated)

  • £3,250,000 excluding VAT
  • £3,900,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 5. Biological Remediation

Description

Lot 5: Biological Remediation

Lot value (estimated)

  • £3,250,000 excluding VAT
  • £3,900,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 6. Biological Waste Management and Disposal

Description

Lot 6: Biological Waste Management and Disposal

Lot value (estimated)

  • £3,250,000 excluding VAT
  • £3,900,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 7. Radiological/Nuclear Characterisation, Remediation and Waste Management

Description

Lot 7: Radiological/Nuclear Characterisation, Remediation and Waste Management

Lot value (estimated)

  • £3,250,000 excluding VAT
  • £3,900,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 8. Hazardous Materials

Description

Lot 8: Hazardous Materials

Lot value (estimated)

  • £3,250,000 excluding VAT
  • £3,900,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Open framework scheme end date (estimated)

31 March 2034

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation description

It is anticipated that the Framework will last eight years in total commencing 1st April 2026 until 31st March 2034. It is intended that it will be re-opened in its second year, and again in either the fourth and sixth years as the Authority deems necessary. At these points incumbent framework suppliers will have the opportunity to revise their Tender or they may leave their offer as per their last framework tender submission.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Central Government Departments, Arms Length Bodies, Local Authorities, and any other UK Government body which may require to use the Framework, including embassies, consulates, British Armed Forces premises and Overseas Territories.


Participation

Particular suitability

Lot 1. Chemical Sampling, Analysis and Monitoring

Lot 2. Chemical Remediation

Lot 3. Chemical Waste Management and Disposal

Lot 4. Biological Sampling, Analysis and Monitoring

Lot 5. Biological Remediation

Lot 6. Biological Waste Management and Disposal

Lot 7. Radiological/Nuclear Characterisation, Remediation and Waste Management

Lot 8. Hazardous Materials

Small and medium-sized enterprises (SME)


Submission

Submission type

Tenders

Tender submission deadline

18 November 2025, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

26 February 2026

Recurring procurement

Publication date of next tender notice (estimated): 31 March 2033


Award criteria

This table contains award criteria for this lot
Name Type Weighting
As set out in the supplier bidder pack Quality 100%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

Open Tender Stage, followed by Price Negotiation Stage


Documents

Associated tender documents

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


Contracting authority

Department for Environment Food & Rural Affairs

  • Public Procurement Organisation Number: PNBD-3289-CDGX

Seacole Building, 2 Marsham Street

London

SW1P 4DF

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - central government