Section one: Contracting authority
one.1) Name and addresses
Sellafield Limited
Hinton House, Birchwood Park Avenue
Warrington
WA3 6GR
Contact
Karolina Kosik
karolina.kosik@sellafieldsites.com
Country
United Kingdom
Region code
UKD1 - Cumbria
National registration number
01002607
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.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Nuclear
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
C14801 - Manufacture & Supply of SRP Products
Reference number
C14801
two.1.2) Main CPV code
- 19520000 - Plastic products
two.1.3) Type of contract
Supplies
two.1.4) Short description
Sellafield, through the Manufacture and Supply of SRP Products Contract Opportunity has appointed 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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £31,682,944.49 / Highest offer: £91,704,211.92 taken into consideration
two.2) Description
two.2.2) Additional CPV code(s)
- 09300000 - Electricity, heating, solar and nuclear energy
- 71323000 - Engineering-design services for industrial process and production
- 44613400 - Storage containers
- 90521500 - Packaging of radioactive waste
- 14622000 - Steel
- 09343000 - Radioactive materials
- 98391000 - Decommissioning services
- 24540000 - Primary-form of vinyl polymers
- 44616200 - Waste drums
- 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 has appointed one (1) supplier 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
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Cost / Weighting: 30
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
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: 2024/S 000-007067
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
5 February 2026
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
LTi Metaltech Ltd
163 Brook Drive
Milton
OX14 4SD
Country
United Kingdom
NUTS code
- UKD1 - Cumbria
National registration number
05300889
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £75,000,000
Lowest offer: £31,682,944.49 / Highest offer: £91,704,211.92 taken into consideration
Section six. Complementary information
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