Contract

C24612 - Early Legacy Boxes - Liner and AFP

  • Sellafield Limited

F03: Contract award notice

Notice identifier: 2025/S 000-066315

Procurement identifier (OCID): ocds-h6vhtk-05ced7

Published 17 October 2025, 1:30pm



Section one: Contracting authority

one.1) Name and addresses

Sellafield Limited

Hinton House, Birchwood Park Avenue

Warrington

WA3 6GR

Contact

Helen Cheetham

Email

helen.l.cheetham@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

Other type

nuclear

one.5) Main activity

Other activity

nuclear


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

C24612 - Early Legacy Boxes - Liner and AFP

Reference number

C24612

two.1.2) Main CPV code

  • 44400000 - Miscellaneous fabricated products and related items

two.1.3) Type of contract

Supplies

two.1.4) Short description

This contract is only for suppliers eligible to tender via the Engineering and Technology Solutions Marketplace DPS Category, Lot 4 Manufacturing Solutions Category, sub-category: Manufactured Products.

This Procurement is for the following components:
• Liner
• AFP

In support of Right First Time (RFT) Manufacture, the following phases shall be completed with support from SL, following contract award:
• M1. Mobilisation
• M2. Design Validation & Verification
• M3. Tooling & Process Development
• M4. Assembly 1 manufacture
• M5. Assembly 2-6 manufacture
• M6. Assembly 7-27 manufacture
• M7. Assembly 28+ manufacture

A further DPS tender reference C24615 for the Box and the Lid has been issued on the same date as this procurement. The subsequent contracts awarded will be managed concurrently.

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: £1,297,540.61 / Highest offer: £4,799,679.76 taken into consideration

two.2) Description

two.2.2) Additional CPV code(s)

  • 90521500 - Packaging of radioactive waste
  • 44616200 - Waste drums
  • 14622000 - Steel
  • 44613400 - Storage containers
  • 44619000 - Other containers
  • 90521520 - Packaging of intermediate level nuclear waste
  • 45255400 - Fabrication work
  • 09343000 - Radioactive materials
  • 98391000 - Decommissioning services
  • 44613800 - Containers for waste material
  • 09300000 - Electricity, heating, solar and nuclear energy

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 (SL) have developed a Legacy 3m3 Box Design for the retrieval, packaging, transport, storage, and disposal of ILW (Intermediate Level Waste) from facilities at Sellafield site.

These boxes will be used for interim storage and final disposal of the following wastes:

Legacy Pond Skips (inc. Zeolites)
Maintenance waste from retrievals process/plant
Secondary waste arisings within the Box Encapsulation Plant (BEP)

Where the term “Box” is used in this Specification it shall imply the same meaning as a “Legacy 3m3 Box Assembly”.

The Box Assembly comprises the following components:
1 off Box Body
1 off Box Lid
1 off Bolt Set (28 off bolts per set)
1 off Liner
1 off Anti Flotation Plate (AFP)
1 off Liquor Filter Module (LFM)

SL requires 6 off liner & AFP assemblies by August 2026 to preload the BEP facility. Following this, SL needs 27-60 liner & AFP (at a minimum rate of 8 per annum) to be supplied to support BEP (Box Encapsulation Plant) Active Commissioning in 2027.

Note: This Procurement is for the following components only:

Liner
Anti Flotation Plate

There is another DPS tender for Box & Lid which will be managed concurrently to this scope of work.

Only ‘mature’ methods of manufacture that have been tried and tested, should be used to manufacture the box components; this should cut down development time and ensure on time delivery.

In support of Right First Time (RFT) Manufacture, the following phases shall be completed with support from SL, following contract award:

1. Mobilisation
2. Design Validation & Verification
3. Tooling & Process Development
4. Assembly 1 manufacture
5. Assembly 2-6 manufacture
6. Assembly 7-27 manufacture
7. Assembly 28+ manufacture

Note: Total quantity to be determined by quoted unit prices.

**ADDITIONAL INFORMATION**

Tenders were evaluated against the award criteria with a view to identifying the most economically advantageous tender (MEAT) to our requirements. It was split as follows:-

80% Quality
20% Price

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Price / Weighting: 20

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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2019/S 177-431310


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

19 September 2025

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received by electronic means: 8

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Bendalls Engineering Ltd

Unit 46 Brunthill Road Kingstown Industrial Estate Carlisle

Stroke On Trent

CA3 0EH

Country

United Kingdom

NUTS code
  • UKD - North West (England)
National registration number

00426047

Internet address

www.bendalls.co.uk

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: £4,999,999

Lowest offer: £1,297,540.61 / Highest offer: £4,799,679.76 taken into consideration

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 50 %


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

rcj.dco@justice.gov.uk

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

Email

rcj.dco@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice