- 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
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
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
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
Email: procurement@defra.gov.uk
Region: UKI32 - Westminster
Organisation type: Public authority - central government