Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Sellafield Limited
01002607
Hinton House, Birchwood Park Avenue
Warrington
WA3 6GR
UK
Contact person: Karolina Kosik
E-mail: karolina.kosik@sellafieldsites.com
NUTS: UKD1
Internet address(es)
Main address: https://www.gov.uk/government/organisations/sellafield-ltd
Address of the buyer profile: https://www.gov.uk/government/organisations/sellafield-ltd
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Nuclear
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
C14801 - Manufacture & Supply of SRP Products
Reference number: C14801
II.1.2) Main CPV code
19520000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Sellafield, through the Manufacture and Supply of SRP Products Contract Opportunity has appointed a single supplier to manufacture SRP Products (as defined below) using Sellafield’s New Product Introduction (NPI) process. Further details relating to the NPI process can be found in the published Procurement documentation contained within Atamis reference C14801.<br/><br/>SRP Products are high integrity, precision engineered stainless steel and polymer products split into two categories:<br/><br/>1. containers; and<br/>2. consumables,<br/><br/>used for the reprocessing and repackaging operations for the long-term storage of nuclear materials.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Lowest offer:
31 682 944.49
GBP/ Highest offer:
91 704 211.92
GBP
II.2) Description
II.2.2) Additional CPV code(s)
09300000
71323000
44613400
90521500
14622000
09343000
98391000
24540000
44616200
44619000
II.2.3) Place of performance
NUTS code:
UKD1
Main site or place of performance:
Cumbria
II.2.4) Description of the procurement
Sellafield Ltd is responsible for the safe, secure, and appropriate storage of nuclear materials. As materials, containment layers, and stores age, periodic reprocessing and repackaging is required to ensure this responsibility can continue to be met.<br/><br/>The inventory held within Sellafield Ltd’s Special Nuclear Materials (SNM) value stream is at such a point, that the Sellafield Product and Resides Stores (SPRS) Retreatment Plan (SRP) is due to start operating in FY 2028/29 to retreat and repackage nuclear material to enable safe and secure long-term storage.<br/><br/>Sellafield Ltd requires manufacturing capability (using Sellafield Ltd’s NPI process) for the supply of quality, repeatable, volume manufactured products for the reprocessing and repackaging operations within SRP for the long-term storage of the nuclear material (the SRP Products). SRP Products are high integrity, precision engineered products and perform critical functions in the long-term storage of nuclear material.<br/><br/>There are five (5) SRP Products in early design maturity which fall into the following two product types:<br/><br/>1. Container Products (those products that will form part of the long-term storage package), including:<br/>i. SRP Outer Container (Body and Lid);<br/>ii. SRP Intermediate Container (Body and Hollow Plug Assembly);<br/>iii. SRP Inner Container (Body and Lid);<br/><br/>2. Consumable Products (single-use process enablers required to safely operate the SRP facility that do not form part of the long-term storage package), including:<br/>iv. SRP Package Carrier (SPC) (Body and Lid);<br/>v. SRP Sphincter Plug (Body and Lid).<br/><br/>Sellafield Ltd has appointed one (1) supplier to provide manufacturing capability to support design, manufacture, and supply of the SRP Products.<br/><br/>Details in relation to the estimated annual volumes can be found in the Procurement documentation published via the OneNDA e-procurement system Atamis under reference C14801.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Cost
/ Weighting: 30
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-007067
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
05/02/2026
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
LTi Metaltech Ltd
05300889
163 Brook Drive
Milton
OX14 4SD
UK
NUTS: UKD1
Internet address(es)
URL: https://lti-metaltech.com/
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
Lowest offer:
31 682 944.49
GBP
/ Highest offer:
91 704 211.92
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts Of Justice
Strand
London
WC2A 2LL
UK
E-mail: rcj.dco@justice.gov.uk
Internet address(es)
URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
VI.4.2) Body responsible for mediation procedures
Royal Courts Of Justice
Strand
London
WC2A 2LL
UK
E-mail: rcj.dco@justice.gov.uk
Internet address(es)
URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice
VI.5) Date of dispatch of this notice
06/02/2026