Section one: Contracting authority
one.1) Name and addresses
Sellafield Limited
Hinton House, Birchwood Park Avenue
Warrington
WA3 6GR
Contact
Helen Cheetham
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
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
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