Contract

Infrastructure Delivery Partnership (IDP)

  • Sellafield Limited

F03: Contract award notice

Notice identifier: 2025/S 000-066438

Procurement identifier (OCID): ocds-h6vhtk-0387e9 (view related notices)

Published 17 October 2025, 3:59pm



Section one: Contracting authority

one.1) Name and addresses

Sellafield Limited

Hinton House, Birchwood Park Avenue

Warrington

WA3 6GR

Contact

Emma Miller

Email

emma.miller@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 Decommissioning


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Infrastructure Delivery Partnership (IDP)

Reference number

2025-910592

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

IDP will deliver conventional infrastructure projects and tasks. There are 3 Lots:

Electrical Distribution Delivery Partner, Utilities Delivery Partner and Civils Delivery Partner.

Delivery Partners will take the single viable option and complete detailed design and all procurement, installation, construction, commissioning and handover activities that form part of delivery.

The value stated at II.1.7.1 is the upper value range. The value is for the maximum contract term of 180 months, this term consists of an initial term of 108 months.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £2,945,000,000

two.2) Description

two.2.1) Title

Lot 1 Strategic Partner

Lot No

1

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services
  • 79421000 - Project-management services other than for construction work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 71322100 - Quantity surveying services for civil engineering works
  • 71340000 - Integrated engineering services
  • 72224000 - Project management consultancy services
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71242000 - Project and design preparation, estimation of costs
  • 45100000 - Site preparation work
  • 71541000 - Construction project management services
  • 71300000 - Engineering services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71350000 - Engineering-related scientific and technical services
  • 71324000 - Quantity surveying services
  • 71245000 - Approval plans, working drawings and specifications
  • 71240000 - Architectural, engineering and planning services
  • 79994000 - Contract administration services
  • 71310000 - Consultative engineering and construction services
  • 79410000 - Business and management consultancy services
  • 71323000 - Engineering-design services for industrial process and production
  • 71000000 - Architectural, construction, engineering and inspection services
  • 45222100 - Waste-treatment plant construction work
  • 71320000 - Engineering design services
  • 71330000 - Miscellaneous engineering services
  • 66140000 - Portfolio management services
  • 71311000 - Civil engineering consultancy services
  • 71540000 - Construction management services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings

two.2.3) Place of performance

NUTS codes
  • UKD11 - West Cumbria
Main site or place of performance

West Cumbria

two.2.4) Description of the procurement

The scope of the Strategic Partner was:

• Provision of strategic front-end definition
• Portfolio management of programmes, projects and tasks to maximise benefit
• Infrastructure planning (land, utilities, transport, accommodation) to inform and support the Sellafield Ltd Masterplan
• To undertake feasibility studies and initial engineering design, this will require Delivery Partner and Sellafield Ltd subject matter expert input
• To undertake benchmarking and should-cost modelling on costs and schedules
• Production of business cases.
• Provision of input into commissioning strategies and embedding capabilities into business as usual
• To support portfolio planning and optimisation
• To undertake stakeholder engagement
• Sustainability - energy modelling, carbon analysis
• Data management controls, security, governance, retrievals and business continuity
• Drive innovation through the Portfolio
• Knowledge transfer – facilitation, LFE capture, dissemination, obtaining and complying with ISO44001 in the IDP environment
• Gathering, documenting and sharing pre-construction information

Sellafield Ltd made the decision to cancel the Lot 1 procurement in accordance with Sellafield Ltd.'s right to cancel a lot and not to award a contract as provided for at Section 11.9 of the Selection Questionnaire Instructions and also Section 6.6 of the Invitation to Submit Final Tender Instructions.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70%

Cost criterion - Name: Commercial / 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

two.2) Description

two.2.1) Title

Lot 2 Electrical Distribution Delivery Partner

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 71244000 - Calculation of costs, monitoring of costs
  • 45300000 - Building installation work
  • 45400000 - Building completion work
  • 50000000 - Repair and maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71541000 - Construction project management services
  • 45200000 - Works for complete or part construction and civil engineering work
  • 71320000 - Engineering design services
  • 45222100 - Waste-treatment plant construction work
  • 79421000 - Project-management services other than for construction work
  • 71350000 - Engineering-related scientific and technical services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71323000 - Engineering-design services for industrial process and production
  • 71245000 - Approval plans, working drawings and specifications
  • 71300000 - Engineering services
  • 45222110 - Waste disposal site construction work
  • 71240000 - Architectural, engineering and planning services
  • 79994000 - Contract administration services
  • 71324000 - Quantity surveying services
  • 79410000 - Business and management consultancy services
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 45100000 - Site preparation work
  • 71311100 - Civil engineering support services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71540000 - Construction management services
  • 50700000 - Repair and maintenance services of building installations
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71243000 - Draft plans (systems and integration)
  • 71311000 - Civil engineering consultancy services
  • 45000000 - Construction work
  • 71242000 - Project and design preparation, estimation of costs
  • 71322100 - Quantity surveying services for civil engineering works
  • 45213250 - Construction work for industrial buildings
  • 66140000 - Portfolio management services
  • 71310000 - Consultative engineering and construction services
  • 71330000 - Miscellaneous engineering services
  • 71340000 - Integrated engineering services
  • 72224000 - Project management consultancy services

two.2.3) Place of performance

NUTS codes
  • UKD11 - West Cumbria
Main site or place of performance

West Cumbria

two.2.4) Description of the procurement

The Scope of the Electrical Distribution Delivery Partner includes the completion of detailed design and all procurement, installation, construction, commissioning and handover activities that form part of delivery. Typical Electrical Distribution Partner scope will include:
• Refurbishment or replacement of Distribution System Transformers
• Refurbishment or replacement of Electrical substations
• Refurbishment or replacement of Electrical Switchgear
• Replacement of distribution cabling and cable support structures
• Upgrade of site distribution Tele-control system
• Installation of additional standby generation capacity
• Upgrade or refurbishment of existing standby generating capacity
• Upgrade or refurbishment of existing generating capacity
• Installation of additional connection points to the National Grid
• Refurbishment of existing grid connections
• Major repair work to any of the above
• A programme of planned job and tasks

The value stated at V.2.4.2 is the upper value range of the Lot. The value is for the maximum contract term of 180 months, this term consists of an initial term of 108 months.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70%

Cost criterion - Name: Commercial / 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

two.2) Description

two.2.1) Title

Lot 3 Utilities Delivery Partner

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45300000 - Building installation work
  • 50700000 - Repair and maintenance services of building installations
  • 71240000 - Architectural, engineering and planning services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71541000 - Construction project management services
  • 79994000 - Contract administration services
  • 45400000 - Building completion work
  • 71311000 - Civil engineering consultancy services
  • 45100000 - Site preparation work
  • 71322100 - Quantity surveying services for civil engineering works
  • 71311100 - Civil engineering support services
  • 71540000 - Construction management services
  • 71311000 - Civil engineering consultancy services
  • 50000000 - Repair and maintenance services
  • 71324000 - Quantity surveying services
  • 71340000 - Integrated engineering services
  • 66140000 - Portfolio management services
  • 71245000 - Approval plans, working drawings and specifications
  • 71350000 - Engineering-related scientific and technical services
  • 45222100 - Waste-treatment plant construction work
  • 71300000 - Engineering services
  • 45200000 - Works for complete or part construction and civil engineering work
  • 71243000 - Draft plans (systems and integration)
  • 71323000 - Engineering-design services for industrial process and production
  • 79421000 - Project-management services other than for construction work
  • 71244000 - Calculation of costs, monitoring of costs
  • 51100000 - Installation services of electrical and mechanical equipment
  • 72224000 - Project management consultancy services
  • 45213250 - Construction work for industrial buildings
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71320000 - Engineering design services
  • 71310000 - Consultative engineering and construction services
  • 45222110 - Waste disposal site construction work
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 71242000 - Project and design preparation, estimation of costs
  • 71330000 - Miscellaneous engineering services
  • 79410000 - Business and management consultancy services

two.2.3) Place of performance

NUTS codes
  • UKD11 - West Cumbria
Main site or place of performance

West Cumbria

two.2.4) Description of the procurement

The Scope of the Utilities Delivery Partner includes the completion of detailed design and all procurement, installation, construction, commissioning and handover activities that form part of delivery. Typical Utilities Partner scope will include:
• Refurbishment or replacement of the on-site steam distribution system and support structures
• Refurbishment or replacement of the on-site water distribution system and support structures.
• Refurbishment or replacement of the off-site water supply and distribution system including the domestic water treatment plant and storage reservoirs
• Refurbishment of the demineralised water treatment and conditioning plant
• Refurbishment or replacement of the on-site compressed air generation and distribution system including support structures
• Refurbishment or replacement of the on-site bulk chemical storage tanks and associated equipment
• Refurbishment or replacement of the on-site chemical distribution system and support structures
• Improvements to rail and road tanker off-load facility
• Refurbishment or replacement of the sewage treatment plant
• A programme of planned job and tasks

The value stated at V.2.4.2 is the upper value range of the Lot. The value is for the maximum contract term of 180 months, this term consists of an initial term of 108 months.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70%

Cost criterion - Name: Commercial / 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

two.2) Description

two.2.1) Title

Lot 4 Civils Delivery Partner

Lot No

4

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 71243000 - Draft plans (systems and integration)
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71240000 - Architectural, engineering and planning services
  • 71320000 - Engineering design services
  • 71323000 - Engineering-design services for industrial process and production
  • 71330000 - Miscellaneous engineering services
  • 45400000 - Building completion work
  • 45100000 - Site preparation work
  • 45222110 - Waste disposal site construction work
  • 72224000 - Project management consultancy services
  • 71311100 - Civil engineering support services
  • 71324000 - Quantity surveying services
  • 51100000 - Installation services of electrical and mechanical equipment
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 45222100 - Waste-treatment plant construction work
  • 71311000 - Civil engineering consultancy services
  • 50000000 - Repair and maintenance services
  • 79410000 - Business and management consultancy services
  • 71540000 - Construction management services
  • 66140000 - Portfolio management services
  • 45200000 - Works for complete or part construction and civil engineering work
  • 50700000 - Repair and maintenance services of building installations
  • 71310000 - Consultative engineering and construction services
  • 71541000 - Construction project management services
  • 71245000 - Approval plans, working drawings and specifications
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 71340000 - Integrated engineering services
  • 71324000 - Quantity surveying services
  • 45300000 - Building installation work
  • 79421000 - Project-management services other than for construction work
  • 71322100 - Quantity surveying services for civil engineering works
  • 79994000 - Contract administration services
  • 71300000 - Engineering services
  • 45213250 - Construction work for industrial buildings
  • 71242000 - Project and design preparation, estimation of costs
  • 71244000 - Calculation of costs, monitoring of costs
  • 71350000 - Engineering-related scientific and technical services

two.2.3) Place of performance

NUTS codes
  • UKD11 - West Cumbria
Main site or place of performance

West Cumbria

two.2.4) Description of the procurement

The Scope of the Civils Delivery Partner includes the completion of detailed design and all procurement, installation, construction, commissioning and handover activities that form part of delivery. Typical Civils Partner scope will include:
• General civils design and engineering
• Road Network including all earthworks slopes and retaining structures
• Rail Network including all earthworks slopes and retaining structures
• Highway, Rail and Pedestrian Bridges
• Service Bridges (pipes, cables and the like)
• Service Trenches
• Service Supports
• Below ground ducts including street works
• Foundations to equipment (electrical equipment, lighting and the like)
• Above ground service supports
• Hard standings for vehicles and mobile plant including car parks
• Hard and soft landscaping
• Retaining walls
• Security Fences, Turnstiles and Gates
• Other minor civils/structural work including utility supports

The value stated at V.2.4.2 is the upper value range of the Lot. The value is for the maximum contract term of 180 months, this term consists of an initial term of 108 months.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70%

Cost criterion - Name: Commercial / 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

Competitive procedure with negotiation

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 000-004254


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

10 October 2025

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 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

Morgan Sindall Construction and Infrastructure Ltd

Kent House, 14-17 Market Place

London

W1W 8AJ

Country

United Kingdom

NUTS code
  • UKI - London
National registration number

4273754

Internet address

www.morgansindallinfrastructure.com

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1,290,000,000

Total value of the contract/lot: £1,290,000,000


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

10 October 2025

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

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

five.2.3) Name and address of the contractor

Costain Limited

Costain House, Vanwall Business Park

Maidenhead

SL6 4UB

Country

United Kingdom

NUTS code
  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
National registration number

610201

Internet address

www.costain.com

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1,060,000,000

Total value of the contract/lot: £1,060,000,000


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

10 October 2025

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 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

HOCHTIEF UK

Windmill Hill Business Park

Swindon

SN5 6PE

Country

United Kingdom

NUTS code
  • UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
National registration number

1002607

Internet address

www.hochtief.co.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £595,000,000

Total value of the contract/lot: £595,000,000


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section six. Complementary information

six.3) Additional information

Note: When the procurement commenced there were originally 4 Lots, however, during the course of the procurement Lot 1 Strategic Partner was cancelled. Further detail at Lot 1 Strategic Partner II.2.4.

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

six.4.4) Service from which information about the review procedure may be obtained

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