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: Richard Dawson
E-mail: richard.j.dawson@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 Decommissioning
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Waste Packaging & Encapsulation Plant Distributed Control System
Reference number: C13138
II.1.2) Main CPV code
48151000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Design and build of a Distributed Control System for the Waste Packaging & Encapsulation Plant.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
5 900 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
35710000
35712000
35711000
32573000
42961000
II.2.3) Place of performance
NUTS code:
UKD11
Main site or place of performance:
Sellafield site
II.2.4) Description of the procurement
The Waste Packaging and Encapsulation Plant (WPEP) is a two-line process plant designed for encapsulating Flocculant (FLOC) arisings from the Enhanced Actinide Removal Plant (EARP) process, waste from the Segregated Effluent Treatment Plant (SETP) and the Effluent Plant Maintenance Facility (EPMF). The waste is encapsulated in stainless steel drums within a cement mix. Filled drums are lidded, and then monitored before being stored, initially in the WPEP Store, before being exported for longer term storage in the Encapsulated Product Stores.<br/><br/>The WPEP Distributed Control System (DCS) project replaces the existing system with a replacement control system based on modern technologies, whilst applying relevant Sellafield standards, guides and procedures.<br/><br/>The project will:<br/><br/>• Replace the existing DCS hardware, system software and configuration with a modern control system ensuring that the plant continues to function in the same manner.<br/>• Incorporate the currently independent Drum Decontamination and Powders PLC functionality to the replacement WPEP control system.<br/><br/>The scope of activities are to include (but not be limited to):<br/><br/>a) Familiarisation with the existing control system to aid understanding.<br/>b) The production of detailed hardware and software designs, consistent with the relevant clauses specified in the standards and capable of satisfying the requirements specified in the User Requirement Specification (URS).<br/>c) Carrying out the manufacture and assembly of all items of hardware, consistent with the relevant clauses specified in the standards and capable of satisfying the requirements specified in the URS.<br/>d) Implementing structured software, consistent with the functional requirements documentation.<br/>e) Production and delivery of all supporting design documents, consistent with the relevant clauses specified in the standards and as listed in the URS.<br/>f) Preparation and submission of Technical Queries (TQs).<br/>g) Carrying out the detailed design and build of a simulation model, including the production of all supporting design documentation.<br/>h) Carrying out testing in accordance with the relevant clauses specified in the standards and as described in the URS.<br/>i) Carrying out training in accordance with the relevant clauses specified in the standards and as described in the URS.<br/>j) Delivery of the system to the location specified in the contract documentation.<br/>k) Provision of support during Setting to Work and Commissioning in accordance with the URS.<br/><br/>Sellafield Ltd has appointed one (1) supplier to deliver the design and build of the DCS for the WPEP facility.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 75
Price
/ Weighting:
25
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
II.2.14) Additional information
The procurement was designed as a single lot covering the design, build, test, and delivery. Due to the nature of the requirement, keeping the scope as one single lot allows the appointed supplier to efficiently manage the full end-to-end scope of the project.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open 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:
2025/S 000-005096
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
19/02/2026
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
ACTEMIUM UK LTD
1 Trinity Park, Bickenhill Lane
Birmingham
B37 7YE
UK
NUTS: UKG31
Internet address(es)
URL: WWW.ACTEMIUM.CO.UK
The contractor is an SME:
No
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:
: 5 900 000.00
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
06/03/2026