Contract

Decommissioning Nuclear Waste Partnership (DNWP)

  • Sellafield Limited

F03: Contract award notice

Notice identifier: 2025/S 000-070297

Procurement identifier (OCID): ocds-h6vhtk-03ebdd (view related notices)

Published 3 November 2025, 9:20am



Section one: Contracting authority

one.1) Name and addresses

Sellafield Limited

Hinton House, Birchwood Park Avenue

Warrington

WA3 6GR

Contact

Michelle Edmondson

Email

michelle.a.edmondson@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

Decommissioning Nuclear Waste Partnership (DNWP)

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Sellafield Ltd is responsible for safely operating and decommissioning Europe's largest, most complex nuclear site, which is home to legacy nuclear facilities that are some of the most hazardous buildings in Western Europe. Sellafield Ltd, through the Decommissioning and Nuclear Waste Partners (DNWP) Framework opportunity, has brought together four partners across four Lots to provide a full suite of expertise and support to deliver decommissioning activities and projects, including asset care. Delivery will be across nuclear facilities on the Sellafield licenced site that are in mix of states including operational, post operation clean out (POCO), decommissioning and demolition. Consequently, the scope of work for the DNWP Framework will include construction delivery, demolition related works, associated technical services (including safety case and design) and waste management with the scope aligned across the following four Lots:


• Lot 1 Remediation Partners
• Lot 2 Pond Retrievals Partner
• Lot 3 Silos Retrievals Partner
• Lot 4 Integrated Nuclear Waste Partner

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: £4,600,000,000

two.2) Description

two.2.1) Title

Lot 1 - Remediation

Lot No

1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 79410000 - Business and management consultancy services
  • 42000000 - Industrial machinery
  • 45315100 - Electrical engineering installation works
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71320000 - Engineering design services
  • 45210000 - Building construction work
  • 98391000 - Decommissioning services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 79400000 - Business and management consultancy and related services
  • 45100000 - Site preparation work
  • 45111200 - Site preparation and clearance work
  • 79723000 - Waste analysis services
  • 79415200 - Design consultancy services
  • 45220000 - Engineering works and construction works
  • 44421722 - Safety cases
  • 45111000 - Demolition, site preparation and clearance work
  • 45111213 - Site-clearance work
  • 45000000 - Construction work
  • 45351000 - Mechanical engineering installation works
  • 71530000 - Construction consultancy services
  • 43320000 - Construction equipment
  • 22314000 - Designs
  • 79933000 - Design support services
  • 45222110 - Waste disposal site construction work

two.2.3) Place of performance

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

Sellafield Site

two.2.4) Description of the procurement

Lot 1 will consist of two Remediation Partners. The Remediation value stream will have a growing scope as more and more of the Sellafield site moves from operations into remediation and decommissioning. This will be reflected in a growing investment over the lifetime of the DNWP framework, subject to annual public sector funding constraints. Remediation is about cleaning up the Sellafield site over the next century as safely and cost-effectively as possible. As an asset reaches the end of its operational life, remediation addresses the nuclear, radiological and conventional risks through post-operation clean-out, decommissioning, demolition and land remediation. The focus of waste informed nuclear decommissioning up to 2040 includes clearing redundant buildings to make land available for beneficial re-use and preparing to decommission the UK’s oldest nuclear reactor complexes and nuclear fuel handling facilities.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - 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 - Retrievals Ponds

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45220000 - Engineering works and construction works
  • 45351000 - Mechanical engineering installation works
  • 79400000 - Business and management consultancy and related services
  • 45222110 - Waste disposal site construction work
  • 45100000 - Site preparation work
  • 45111000 - Demolition, site preparation and clearance work
  • 45111200 - Site preparation and clearance work
  • 79723000 - Waste analysis services
  • 79415200 - Design consultancy services
  • 71320000 - Engineering design services
  • 45315100 - Electrical engineering installation works
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 44421722 - Safety cases
  • 43320000 - Construction equipment
  • 71530000 - Construction consultancy services
  • 98391000 - Decommissioning services
  • 45000000 - Construction work
  • 42000000 - Industrial machinery
  • 45111213 - Site-clearance work
  • 22314000 - Designs
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 79933000 - Design support services
  • 79410000 - Business and management consultancy services
  • 45210000 - Building construction work

two.2.3) Place of performance

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

Sellafield Site

two.2.4) Description of the procurement

Lot 2 will consist of a Ponds Partner, encompassing both the First Generation Magnox Storage Pond (“FGMSP”) , associated buildings and the Pile Fuel Storage Pond (“PFSP”). and associated buildings.

Legacy Ponds is the Operating Unit (OU) organisation within the Retrievals value stream of Sellafield that is charged with managing the programmes of work for the FGMSP and the PFSP. These are two legacy nuclear storage ponds that retain significant radiological materials and hazards that require timely mitigation, principally by retrieving the materials to downstream treatment and storage/disposal facilities while maintaining a safe and secure environment.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - 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 - Retrievals Silos

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45210000 - Building construction work
  • 45315100 - Electrical engineering installation works
  • 71530000 - Construction consultancy services
  • 79410000 - Business and management consultancy services
  • 71320000 - Engineering design services
  • 98391000 - Decommissioning services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 79723000 - Waste analysis services
  • 79933000 - Design support services
  • 45222110 - Waste disposal site construction work
  • 45351000 - Mechanical engineering installation works
  • 45111213 - Site-clearance work
  • 43320000 - Construction equipment
  • 44421722 - Safety cases
  • 79400000 - Business and management consultancy and related services
  • 45220000 - Engineering works and construction works
  • 45000000 - Construction work
  • 79415200 - Design consultancy services
  • 22314000 - Designs
  • 45100000 - Site preparation work
  • 45111000 - Demolition, site preparation and clearance work
  • 42000000 - Industrial machinery
  • 45111200 - Site preparation and clearance work
  • 71322000 - Engineering design services for the construction of civil engineering works

two.2.3) Place of performance

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

Sellafield Site

two.2.4) Description of the procurement

Lot 3 will consist of a Silos Partner, encompassing both the Magnox Swarf Storage Silo (“MSSS”) and Pile Fuel Cladding Silo (“PFCS”). The Retrievals value stream is responsible for managing the site’s major hazard and risk reduction programme: retrieving the waste from Sellafield’s four highest risk legacy storage facilities. These buildings have traditionally presented some of the greatest challenges on the Sellafield site, but major progress is now being made on retrieving waste from the two ponds and the MSSS, with final preparations being made to retrieve waste from the PFCS.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - 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 - Integrated Nuclear Waste

Lot No

4

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45111200 - Site preparation and clearance work
  • 45351000 - Mechanical engineering installation works
  • 79933000 - Design support services
  • 22314000 - Designs
  • 45210000 - Building construction work
  • 79415200 - Design consultancy services
  • 98391000 - Decommissioning services
  • 45000000 - Construction work
  • 45220000 - Engineering works and construction works
  • 45111200 - Site preparation and clearance work
  • 43320000 - Construction equipment
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 45222110 - Waste disposal site construction work
  • 79723000 - Waste analysis services
  • 42000000 - Industrial machinery
  • 71530000 - Construction consultancy services
  • 79410000 - Business and management consultancy services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 45100000 - Site preparation work
  • 44421722 - Safety cases
  • 45111000 - Demolition, site preparation and clearance work
  • 45111213 - Site-clearance work
  • 79400000 - Business and management consultancy and related services
  • 45315100 - Electrical engineering installation works

two.2.3) Place of performance

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

Sellafield Site

two.2.4) Description of the procurement

Lot 4 will consist of a single enterprise-wide Integrated Nuclear Waste Partner. This Nuclear Waste Partner will work through the Waste Operating Unit (“Waste OU”). The Waste OU is part of the Remediation Portfolio, it includes a dedicated programme providing enabling activities across the Sellafield enterprise with major customers being the DNWP Remediation & Retrievals Partners.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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 000-022241


Section five. Award of contract

Lot No

1

Title

Lot 1 - Remediation

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 October 2025

five.2.2) Information about tenders

Number of tenders received: 5

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: 0

Number of tenders received by electronic means: 5

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

five.2.3) Name and address of the contractor

Amentum Clean Energy Limited

305 Bridgewater Place Birchwood Park, Birchwood

Warrington

WA36XF

Country

United Kingdom

NUTS code
  • UKD6 - Cheshire
National registration number

01120437

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: £2,000,000,000

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

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 41 %


Section five. Award of contract

Lot No

1

Title

Lot 1 - Remediation

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 October 2025

five.2.2) Information about tenders

Number of tenders received: 5

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: 0

Number of tenders received by electronic means: 5

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

five.2.3) Name and address of the contractor

A2R (Altrad Support Services Limited and AtkinsRéalis UK Limited)

Rutherford House, Westlakes Science Park

Whitehaven

CA24 3JZ

Country

United Kingdom

NUTS code
  • UKD11 - West Cumbria
National registration number

n/a

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: £2,000,000,000

Total value of the contract/lot: £1,600,000,000

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 41 %


Section five. Award of contract

Lot No

2

Title

Lot 2 - Retrievals Ponds

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 October 2025

five.2.2) Information about tenders

Number of tenders received: 1

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: 0

Number of tenders received by electronic means: 1

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

five.2.3) Name and address of the contractor

TDA (AtkinsRéalis UK, Amentum Clean Energy, Westinghouse Electric Company UK)

Rutherford House, Westlakes Science Park

Moor Row

CA24 3HY

Country

United Kingdom

NUTS code
  • UKD11 - West Cumbria
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: £1,000,000,000

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


Section five. Award of contract

Lot No

3

Title

Lot 3 - Retrievals Silos

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 October 2025

five.2.2) Information about tenders

Number of tenders received: 1

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: 0

Number of tenders received by electronic means: 1

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

five.2.3) Name and address of the contractor

NDS (Altrad Support Services Ltd, Cavendish Nuclear Ltd, Shepley Engineers Ltd)

Units 6 & 7 Lyncastle Way Appleton Thorne Trading Estate Warrington

Warrington

WA4 4ST

Country

United Kingdom

NUTS code
  • UKD61 - Warrington
National registration number

n/a

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: £1,000,000,000

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

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Proportion: 1 %


Section five. Award of contract

Lot No

4

Title

Lot 4 - Integrated Nuclear Waste

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 October 2025

five.2.2) Information about tenders

Number of tenders received: 3

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: 0

Number of tenders received by electronic means: 3

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

five.2.3) Name and address of the contractor

A2R (Altrad Support Services Limited and AtkinsRéalis UK Limited)

Rutherford House, Westlakes Science Park

Whitehaven

CA24 3JZ

Country

United Kingdom

NUTS code
  • UKD11 - West Cumbria
National registration number

n/a

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: £600,000,000

Total value of the contract/lot: £1,600,000,000


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