Section one: Contracting authority
one.1) Name and addresses
Sellafield Ltd
Hinton House, Birchwood Park Avenue
Warrington
WA36GR
Contact
Kelly Williams
kelly.williams@sellafieldsites.com
Country
United Kingdom
Region code
UKD1 - Cumbria
Internet address(es)
Main address
https://www.gov.uk/government/organisations/sellafield-ltd
Buyer's address
https://www.gov.uk/government/organisations/sellafield-ltd
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://atamis-2464.my.site.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://atamis-2464.my.site.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Nuclear Decommissioning
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Manufacture & Supply of SRP Products
Reference number
C14801
two.1.2) Main CPV code
- 44613400 - Storage containers
two.1.3) Type of contract
Supplies
two.1.4) Short description
Sellafield, through the Manufacture and Supply of SRP Products Contract Opportunity is seeking to appoint a single supplier to manufacture SRP Products (as defined below) using Sellafield’s New Product Introduction (NPI) process. Further details relating to the NPI process can be found in the published Procurement documentation contained within Atamis reference C14801.
SRP Products are high integrity, precision engineered stainless steel and polymer products split into two categories:
1. containers; and
2. consumables,
used for the reprocessing and repackaging operations for the long-term storage of nuclear materials.
two.1.5) Estimated total value
Value excluding VAT: £75,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44613400 - Storage containers
- 09343000 - Radioactive materials
- 09300000 - Electricity, heating, solar and nuclear energy
- 19520000 - Plastic products
- 14622000 - Steel
- 24540000 - Primary-form of vinyl polymers
- 44616200 - Waste drums
- 71323000 - Engineering-design services for industrial process and production
- 90521500 - Packaging of radioactive waste
- 98391000 - Decommissioning services
- 44619000 - Other containers
two.2.3) Place of performance
NUTS codes
- UKD1 - Cumbria
Main site or place of performance
Cumbria
two.2.4) Description of the procurement
Sellafield Ltd is responsible for the safe, secure, and appropriate storage of nuclear materials. As materials, containment layers, and stores age, periodic reprocessing and repackaging is required to ensure this responsibility can continue to be met.
The inventory held within Sellafield Ltd’s Special Nuclear Materials (SNM) value stream is at such a point, that the Sellafield Product and Resides Stores (SPRS) Retreatment Plan (SRP) is due to start operating in FY 2028/29 to retreat and repackage nuclear material to enable safe and secure long-term storage.
Sellafield Ltd requires manufacturing capability (using Sellafield Ltd’s NPI process) for the supply of quality, repeatable, volume manufactured products for the reprocessing and repackaging operations within SRP for the long-term storage of the nuclear material (the SRP Products). SRP Products are high integrity, precision engineered products and perform critical functions in the long-term storage of nuclear material.
There are five (5) SRP Products in early design maturity which fall into the following two product types:
1. Container Products (those products that will form part of the long-term storage package), including:
i. SRP Outer Container (Body and Lid);
ii. SRP Intermediate Container (Body and Hollow Plug Assembly);
iii. SRP Inner Container (Body and Lid);
2. Consumable Products (single-use process enablers required to safely operate the SRP facility that do not form part of the long-term storage package), including:
iv. SRP Package Carrier (SPC) (Body and Lid);
v. SRP Sphincter Plug (Body and Lid).
Sellafield Ltd is seeking to appoint one (1) supplier who will be awarded one (1) contract to provide manufacturing capability to support design, manufacture, and supply of the SRP Products.
Details in relation to the estimated annual volumes can be found in the Procurement documentation published via the OneNDA e-procurement system Atamis under reference C14801.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £75,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 January 2026
End date
19 January 2040
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
This Contract Opportunity will be managed via the shared service Nuclear Decommissioning Authority (NDA) OneNDA e-procurement system Atamis, which can be accessed via the URL (https://one-nda.force.com/s/Welcome).
All Procurement documentation in relation to this Contract Opportunity can be found within Atamis under reference C14801.
Please note that all documentation issued at previous market engagement events / webinars can also be found in Atamis under reference C14661 should Potential Suppliers wish to review.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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: 2023/S 000-036416
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 May 2024
Local time
11:00am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
8 August 2024
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: 18 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts Of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
six.4.2) Body responsible for mediation procedures
Royal Courts Of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
six.4.4) Service from which information about the review procedure may be obtained
Royal Courts Of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice