Published date: 10 November 2025

Awarded contract - This means that the contract has been awarded to a supplier.


Closing: 27 June 2024, 4pm

Contract summary

Industry

  • Designs - 22314000

  • Industrial machinery - 42000000

  • Construction equipment - 43320000

    • Safety cases - 44421722

    • Construction work - 45000000

    • Site preparation work - 45100000

    • Demolition, site preparation and clearance work - 45111000

    • Site preparation and clearance work - 45111200

    • Site-clearance work - 45111213

    • Building construction work - 45210000

    • Engineering works and construction works - 45220000

    • Waste disposal site construction work - 45222110

    • Electrical engineering installation works - 45315100

    • Mechanical engineering installation works - 45351000

    • Engineering design services - 71320000

    • Engineering design services for mechanical and electrical installations for buildings - 71321000

    • Engineering design services for the construction of civil engineering works - 71322000

    • Construction consultancy services - 71530000

    • Business and management consultancy and related services - 79400000

    • Business and management consultancy services - 79410000

    • Design consultancy services - 79415200

    • Waste analysis services - 79723000

    • Design support services - 79933000

    • Decommissioning services - 98391000

Location of contract

CA20 1PG

Value of contract

£4,600,000,000

Procurement reference

CF-0261000D4L000000iAvzUAE

Published date

10 November 2025

Closing date

27 June 2024

Closing time

4pm

Contract start date

30 October 2025

Contract end date

30 October 2040

Contract type

Works

Procedure type

Restricted procedure (above threshold)

A two-stage procedure, where the first stage is used to select suppliers, who are then invited to bid in the second stage.

This procedure can be used for procurements above the relevant contract value threshold.

Contract is suitable for SMEs?

No

Contract is suitable for VCSEs?

No


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

Lot 1 will consist of two Remediation Partners. 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.

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.

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.

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.


Award information

Awarded date

30 October 2025

Contract start date

30 October 2025

Contract end date

30 October 2040

Total value of contract

£4,600,000,000

This contract was awarded to 4 suppliers.

TDA (AtkinsRéalis UK, Amentum Clean Energy, Westinghouse El

Address

Rutherford House, Westlakes Science Park, Moor Row, CA24 3HY

Reference

None

Supplier is SME?

No

Amentum Clean Energy Limited

Address

305 Bridgewater Place Birchwood Park, Birchwood, Warrington, WA36XF

Reference

None

Supplier is SME?

No

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

Address

Units 6 & 7 Lyncastle Way Appleton Thorne Trading Estate Warrington, Warrington, WA4 4ST

Reference

None

Supplier is SME?

No

A2R (Altrad Support Services Limited and AtkinsRéalis UK Li

Address

Rutherford House, Westlakes Science Park, Whitehaven, CA24 3JZ

Reference

None

Supplier is SME?

No


About the buyer

Contact name

Michelle Edmondson

Address

Sellafield
Seascale
CA20 1PG
GB

Email

michelle.a.edmondson@sellafieldsites.com