Guidance

Sellafield Ltd Procurements on a Page 2022

Updated 18 July 2022

1. What is a commercial pipeline?

A commercial pipeline is a forward look of potential commercial activity for an organisation.

It’s a live tool, updated regularly, providing a list of future commercial activities planned by a contracting authority over a defined period and over a designated transactional spend level. It includes future activity even if funding hasn’t been secured.

A pipeline allows a contracting authority to forward plan and clearly map out the expected future commercial activity (new contract or major contract change or extension) that it’s likely to need.

The pipeline can be used alongside other information on internal business planning and governance stages, and other related activities.

By mapping out this management information and keeping this regularly updated, organisations can:

  • give enough planning time for developing and executing a robust commercial strategy, making sure that all business and commercial options have been thoroughly explored
  • make the market aware of future opportunities, ensuring a competitive market exists
  • outline when the required services are intended to be procured
  • track commercial delivery
  • give clear management information to inform current and future resourcing for commercial delivery
  • reduce the need for unwarranted contract extensions by improved planning
  • ensure transparency when going to market

2. What is procurement on a page?

Procurement on a page gives additional information on the scope of key procurement opportunities, by expanding upon the existing descriptors in the quarterly procurement plan.

Each Complete Tender Management (CTM) Planned Procurement (CTM PP) number is unique to the specific procurement. This enables the supply chain to cross reference from the quarterly procurement plan to the individual procurements on a page and vice versa.

Due to the nature of our business, we recognise understanding the procurement opportunities may not be immediately clear from the simple procurement title included in the procurement plan.

The purpose of the document is to provide the supply chain with greater visibility of our key procurements by expanding on the procurement detail.

The procurements on a page document is intended as a guide and specific procurement details will be made available to the supply chain through the normal competition process.

3. Sellafield Product and Residue Store Retreatment Plant products - 100 year can

Planned procurement ID: 7808
Procurement category: Engineering equipment systems and products (EES&P)
Project Description: The Sellafield Product and Residue Store Retreatment Plant products (100 year can) are required to support the ongoing requirement to ensure special nuclear materials are stored safely in the right product throughout its storage lifetime.

The products include 3 can variants, a bung and a carrier with an anticipated volume of up to 30,000 cans, the bung and carrier will be at lower volumes between 10,000 and 15,000.
Scope: The scope of framework is to procure and supply outer cans and lids, intermediate cans and lids, inner cans and lids, carrier, bung and bodies.

This is to fulfil requirements for the Sellafield Product and Residue Store Retreatment Plant project.
Value stream and critical success factors The procurement is for the special nuclear material value stream and will incorporate the following critical success factors:

Security of supply:

- ‘Right product, right time’. Products will be supplied when needed, consistently meeting specification, including quality requirements.

Achievability:

- the option must be capable of being stood up and fully functioning, to guarantee security of supply as described by the first critical success factor in time to meet the long-term demand as quickly as possible following contract award.
The option must be feasible.
The option must be attractive to the supply chain and deliver a robust competition.

Value for money:

- delivering value for money to taxpayers. Successful delivery of value for money will include:

i. secure and sustainable supply

ii. competitive pricing at point of contract; the ability to achieve reduced prices and/or stock-holding costs through the term of the contract, flowing from innovation/value engineering improvements
Current status: The Sellafield Product and Residue Store Retreatment Plant products are currently under development with the procurement at the strategy stage, the intent will be for early market engagement to start in early 2022.
Estimated procurement value/band: £60 million - £80 million
Estimated date PIN to be issued: 14 July 2022
Estimated date ITT to be issued 18 June 2023
Estimated date contract award 15 Aug 2024
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

4. Supply of Ordinary Portland cement

Planned procurement ID: 7937
Procurement category: Waste Management - Encapsulation
Project Description: Framework - 4610002534

Awarded - 01 April 2018 to supplier Castle Cement Ltd T/A Hanson

Expires 31 March 2023

The participating entities for procurement are: Sellafield Ltd, Magnox Ltd and Dounreay Site Restoration Ltd.
Scope: The manufacture, testing, storage, supply and delivery of CEM 1 (also known as Ordinary Portland cement) grade 42.5N to Sellafield specification spec.goods.B.0084_1 and spec.goods.B.0089_1, for encapsulation processes for Intermediate Level Waste.

The materials will be supplied with a Certificate of Conformity (CoC) and a chemical analysis certificate.
Value stream and critical success factors The related value stream is Spent Fuel Management.

A number of business-critical success factors exist for this procurement:

- ensure security of supply at minimum risk
- consistent quality to the required specification
- to contract with a capable and competent supplier
Current status: Spec.goods.B.0089_1 is a more standard cementitious powders which Sellafield Ltd are transitioning to. Magnox Ltd and Dounreay Site Restoration Ltd are reviewing their requirements.
Estimated procurement value/band: Band D > £1 million to <£5 million
Estimated date PIN to be issued: 3rd quarter 2022
Estimated date ITT to be issued 3rd quarter 2022
Estimated date contract award 01 April 2023
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

5. Tranche B 3m³ box procurement

Planned procurement ID: 5882
Procurement category: Engineering Equipment Systems and Products (EES&P)
Project Description: The Tranche B 3m³ box supply project is part of the 3m³ box programme that sits within the retrievals value stream.

The 3m³ box programme exists to provide high integrity stainless steel containers (referred to as boxes) for the safe storage of Intermediate Level Waste (ILW) which currently resides in a number of facilities (silos and ponds) on the Sellafield site.

Once filled with ILW waste, the boxes will initially be stored in shielded stores above ground on the Sellafield site. It is intended that in the future the NDA will provide a Geological Deposit Facility (GDF) where the boxes will be stored safely below ground. This facility has not currently been constructed.

The scope of the Tranche B project is to successfully deliver a competition to procure c15,000 3m³ Boxes to enable waste retrievals from the Pile Fuel Cladding Silo (PFCS), Magnox Swarf Storage Silo (MSSS), and First Generation Magnox Storage Pond (FGMSP).
Scope: The scope of the Tranche B procurement is the manufacture, assembly, testing, inspection and delivery to Sellafield Ltd of 3m³ Boxes, to support MSSS, PFCS and Legacy Waste facilities.

This procurement, which is subject to the Public Contracts Regulations 2015 (as amended) (PCR 2015), is the supply of between 14,440 and 16,720 3m³ boxes, of which 15,200 represents the most likely demand of boxes.
Value stream and critical success factors A number of business-critical success factors exist for this procurement:

- security of box supply in terms of the provision of boxes to meet demand and quality requirements
- flexibility to provide boxes to meet the rate of retrievals
- value for money
Current status: The 3m³ programme is currently developing the Tranche B Acquisition Strategy, the strategy will align to a new strategic approach to manufactured products ‘New Product Introduction (NPI)’.

The NPI is designed to support the management of manufactured produces from concept initial though to stabilised volume production.
Estimated procurement value/band: Band J >£250 million upper range of £1.3 billion
Estimated date PIN to be issued: 29 May 2024
Estimated date ITT to be issued 17 November 2024
Estimated date contract award 13 June 2027
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

6. Decommissioning Contact Handleable Intermediate Level Waste Container

Planned procurement ID: 7669
Procurement category: Engineering Equipment Systems and Products (EES&P)
Project Description: The Decommissioning Contact Handleable Container (DCC) supports the future decommissioning requirements of Sellafield Ltd for Contact Handleable Intermediate Level Waste (CHILW) under the remediation value stream.

In the UK, radioactive wastes are classified according to the nature and quantity of radioactivity and the heat produced. Intermediate Level Waste can be categorised as high or low dose and high or low fissile.

Remote Handleable Intermediate Level Waste (RHILW), both high and low fissile, requires remote handling by mechanical processes/robots and a high level of shielding in high-integrity stores.

Contact Handleable Intermediate Level Waste (CHILW) presents a lesser requirement for shielding and potential for not all work to be remote; it can be managed and stored in facilities appropriate to its needs at a lower cost.

At Sellafield, low fissile CHILW has historically not been separated out from RHILW but instead stored alongside RHILW in high-integrity stores.

Learning from Low Level Waste Repository (LLWR) has demonstrated the benefits of better waste segregation and how this can be applied to ILW – ‘the right waste, in the right package, in the right store’.

The CHILW system requires the use of a new waste package, the Decommissioning CHILW Container (DCC), to collect waste from the decommissioning plants.

The CHILW will be encapsulated, either following consignment from the decommissioning plants or following buffer storage in Lightly Shielded Stores (LSS), in a new encapsulation facility, the Decommissioning Encapsulation Plant (DEP).

The waste (now within the DCC) will be sent for long-term storage in the series of LSS, prior to ultimate disposal to the Geological Disposal Facility (GDF).
Scope: The scope of the DCC procurement is the manufacture, assembly, testing, inspection and delivery to Sellafield Ltd of boxes, to support broad front decommissioning phase of Sellafield Ltd lifecycle.

This procurement, which is subject to the Public Contracts Regulations 2015 (as amended) (PCR 2015), is the supply up to 12,000 boxes.
Value stream and critical success factors The critical Success factors for the procurement have not yet been defined however they will align to the NDA’s value framework.
Current status: The DCC is currently under concept development where Sellafield Ltd are working on options to define the required material e.g. stainless steel, concrete etc.

This optioneering will be completed by Feb 2022 which will enable early market engagement prior to release of the tender.
Estimated procurement value/band: Band H >£50 million to <£100 million
Estimated date PIN to be issued: 01 June 2022
Estimated date ITT to be issued 01 September 2022
Estimated date contract award 01 June 2024
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

7. Supply of flask spares for EDF Energy and internal flasks maintenance

Planned procurement ID: 6915
Procurement category: Spent Fuel Management
Project Description: Agreements were awarded to:

- Team Industrial Services for precision machined items

- James Walker for seals, o-rings and gaskets

For a 12-month term from 23 Dec 2021 to 22 Dec 2022.
Scope: The scope of the frameworks is for Sellafield to maintain the external EDF (Électricité de France) flasks for spent fuel movements between EDF stations and Sellafield and internal flasks to transport fuel and radioactive materials between our internal plants.
Value stream and critical success factors A number of business-critical success factors exist for this procurement:

- business continuity
- security of supply
- quality of products
- value for money

The related value stream is Spent Fuel Management.
Current status: An open tender will be published in CTM which has 4 lots for:

- seals, ‘o’ rings and gaskets
- precision machined items
- screws and bolts
- paints

The contract terms are Sellafield Ltd standard conditions of contracts for the supply of goods.
Estimated procurement value/band: Band D >£1 million to <£5 million
Estimated date PIN to be issued: 05 April 2022
Estimated date ITT to be issued 12 August 2022
Estimated date contract award 23 Dec 2022
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

8. Supply of ground granulated blast furnace slag

Planned procurement ID: 7939
Procurement category: Waste Management - Encapsulation
Project Description: Framework - 4610002740

- awarded 21 Oct 2021 to supplier Civil and Marine Ltd T/A Hanson

- expiring on 20 Oct 2023

This is a Sellafield Ltd only agreement.

For the next agreement the participating entities for this procurement are predicted to be:

Sellafield Ltd, Magnox Ltd and Dounreay Site Restoration Ltd
Scope: Supply of ground granulated blast slag to spec.goods.B.0085_1; spec.goods.B.0090_1 and associated blending capability.

The materials will be supplied with a Certificate of Conformity (CoC) and a chemical analysis certificate.
Value stream and critical success factors The related value stream is Spent Fuel Management

A number of business critical success factors exist for this procurement.
- ensure security of supply at minimum risk
- consistant quality to the required specification
- to contract with a capable and competent supplier
Current status: Sellafield Ltd are transitioning to a more standard cementitious powders, specification B.009_1. Magnox Ltd and Dounreay Site Restoration Ltd are reviewing their requirements.
Estimated procurement value/band: Band D >£1 million to <£5 million
Estimated date PIN to be issued: Quarter 2 2023
Estimated date ITT to be issued Quarter 2 2023
Estimated date contract award 21 Oct 2023
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

9. Supply of glass crizzle

Planned procurement ID: 7943
Procurement category: Waste Management - Encapsulation
Project Description: Framework - 4610001686

- awarded on 16 Feb 2021 to supplier Cera Dynamic Ltd
- expiring on 15 Feb 2026

This is a Sellafield Ltd only agreement.
Scope: Manufacture, storage, testing, supply and delivery of glass crizzle frit for the vitrification process along with test glass for the Vitrification Test Rig (VTR).
Value stream and critical success factors The related value stream is Spent Fuel Management

A number of business critical success factors exist for this procurement:
- ensure security of supply at minimum risk
- consistant quality to the required specification
- to contract with a capable and competent supplier.
Current status: Glass frit used for R&D in the VTR. Each purchase order that Sellafield Ltd place represents a commitment/campaign for approximately 1.5 to 2 years forecast demand for the Waste Vitrification Plant.
Estimated procurement value/band: Band E >£5 million to <£10 million
Estimated date PIN to be issued: Quarter 3 2025
Estimated date ITT to be issued Quarter 3 2025
Estimated date contract award 16 Feb 2026
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

10. Supply of HEPA filters

Planned procurement ID: 7940
Procurement category: Operational Goods - site wide
Project Description: Framework - 4610002692/3

- awarded on 01 April 2021 to supplier Camfil (formerly MC Air Filtration) and Emcel Filters
- expiring on 31 March 2026

The participating entities for this procurement are predicted to be:

Sellafield Ltd, Magnox Ltd and Dounreay Site Restoration Ltd
Scope: Safe, cost effective and reliable supply of nuclear air filtration for the safe operation of plants (up to quality grade 02)
Value stream and critical success factors The related value stream is Site Operations

A number of business critical success factors exist for this procurement
- ensure security of supply at minimum risk
- consistant quality to the required specification
- to contract with a capable and competent supplier
Current status: Two frameworks are in place to supply HEPA filters for next 5 years.
Estimated procurement value/band: Band D >£1million to <£5 million
Estimated date PIN to be issued: Quarter 3 2025
Estimated date ITT to be issued Quarter 3 2025
Estimated date contract award 01 April 2026
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

11. Provision of inspection and quality assurance services

Planned procurement ID: 7474
Procurement category: Corporate Services
Project Description: Collaborative procurement to establish a framework agreement for the provision of inspection and quality assurance services. The collaborative procurement is to be led by Sellafield Ltd.

This procurement is to replace the current agreement:

- existing framework supplier is Stork Technical Services
- expiring on 31 Oct 2023

New contract/framework to be in place by Oct 2023

Proposed terms are NEC3 Professional Services.

Participating entities for this procurement are predicted to be Sellafield Ltd, Magnox, National Nuclear Laboratory, Direct Rail Services and Low Level Waste Respository.
Scope: Inspection and quality assurance services that are an essential requirement for defect prevention in project and product delivery.

To provide compliance to regulatory and legal obligations to meet quality standards in the provision of products and services from both local and multinational supply chains.

This includes both on and off-site Inspections of facilities, equipment and products including specialist metallurgical, NDT and welding services
Value stream and critical success factors A number of business critical success factors exist for this procurement:

- security of supply - to ensure adequate availability of competent resource at all locations when required by the participating entities:

- service delivery - delivery of the service is to be timely, to the specification required by the participating entities and delivered correctly first time at all locations by suppliers that have the appropriate accreditation and competence

- demonstrate a high EHS&Q performance – Supplier with accreditation as an inspection body to ISO/IEC 17020 type A or equivalent.
Current status: Strategy development stage, see below for indicative tender dates.
Estimated procurement value/band: Band G >£25 million to <£50 million
Estimated date PIN to be issued: Jun 2022
Estimated date ITT to be issued Oct 2022
Estimated date contract award Jul 2023
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

12. Corporate communications support services

Planned procurement ID: 7469
Procurement category: Corporate Services
Project Description: Details of replacement of existing contract/framework:

- awarded on the 01 Jan 2020 to Engine Partners UK LLP
- expiring on 31 Dec 2022 with the option to extend until 31 Dec 2023.

Participating entities for this procurement are predicted to be Sellafield Ltd, Magnox, National Nuclear Laboratory, Nuclear Decommissioning Authority, Magnox and National Transport Solutions
Scope: The corporate communications support services requirement will provide the participating entities with a single supplier who will work with the participating entities in order to meet their respective organisational requirements for corporate communications and stakeholder engagement.

The services will be used to develop and/or support delivery of their communication strategies, covering a range of communications campaigns and services.
Value stream and critical success factors A number of business-critical success factors exist for this procurement:

- working collaboratively to drive value for money:
- sharing design concepts and implementation processes to maintain quality outcomes and deliverables.
- share innovative solutions/knowledge
- sharing best practice, ideas/learning from experience
- sharing opportunity for collaboration on filming and /or photography

A more attractive proposition to the supply chain allowing the full NDA group access to the benefits described above.

Using knowledge, experience and capability from the supplier, and any key sub-contractors, to deliver the best outcomes for the participating entities whilst delivering innovative solutions.
Current status: Planning and development of strategy is underway. Dates below are assuming +1 optional year is enacted on the current contract.
Estimated procurement value/band: Band D >£1 million to <£5 million
Estimated date PIN to be issued: 02 April 2023
Estimated date ITT to be issued 01 Sept 2023
Estimated date contract award 01 Jan 2024
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

13. Project Academy

Planned procurement ID: 7516
Procurement category: Corporate Services  
Project Description: This Procurement is for a replacement of the existing Project Academy. The current framework with University of Cumbria was awarded on 21 Apr 2016. It is due to expire in Apr 2024.

The new contract to be in place before the expiry of the current contract (late 2023/early 2024).
 
Scope: The scope of contract is the provision of the delivery of project management short courses, professional qualifications and degree programmes for employees of Sellafield Ltd.  
Value stream and critical success factors Critical success factors for this procurement have not been defined yet but it is crucial for Sellafield Ltd to have new arrangements in place for the replacement of the existing Project Academy. .
Current status: This procurement is in the strategy development stage and we are currently working on defining the future scope.  
Estimated procurement value/band: £10 million - £15 million, depending on contract duration  
Estimated date PIN to be issued: Quarter 4 2022  
Estimated date ITT to be issued Quarter 2 2023  
Estimated date contract award Quarter 4 2023  
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
 
Disclaimer GOV.UK disclaimer  

14. Supply of stainless steel and carbon steel

Planned procurement ID: 7830
Procurement category: Engineering Equipment Systems and Products (EES&P)
Project Description: Sellafield uses a wide range of steels and non-ferrous metals for maintenance, repair and operational requirements on the Sellafield site.

The majority of the demand tends to come from construction services which is an area of enterprise plant engineering under the Site Management Directorate.

Construction services requires steel for various reasons, such as: the renewal of old equipment, reacting to site breakdowns and the in-house manufacture of products, components and spares to support new projects.

Based on how the supply chain is established, this strategy advocates bundling Sellafield Ltd material requirements with regards to steel type; therefore, the following lots have been identified:

Lot 1 - stainless steel (including Sellafield specification grades, duplex and exotic stainless steel) and ancillary services.

Lot 2 - carbon steel, non-ferrous metals and ancillary services. Estimated overall spend: Lot 2 - Carbon Steel, Non-Ferrous Metals and Ancillary Services. Estimated overall spend:

- awarded on 01 May 2020 (3 + 1 year) to supplier Thomas Graham & Son Ltd
- expires on 01 May 2023 + 1 year extension

New framework to be in place by 01 May 2023 or 01 May 2024 if the one-year extension is implemented.

Anticipated terms and conditions: CFMT 357 Framework Agreement.
Scope: The supply of (i) stainless steel (including Sellafield specifications, duplex and exotic stainless steels and ancillary services) and (ii) carbon steel, non-ferrous metals, and ancillary services.

The materials and ancillary services are primarily required to support maintenance, repair and operational requirements on the Sellafield site.
Value stream and critical success factors A number of business critical success factors exist for this procurement:

- security and supply
- value for money purchasing

It’s a site wide framework
Current status: The development of the future strategy has not started yet as we are only in the 18th month of a potential 48-month contract.
Estimated procurement value/band: Band D <£3 million
Estimated date PIN to be issued: N/A open procedure
Estimated date ITT to be issued mid Feb 2024
Estimated date contract award 01 May 2024
Contact details+: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

15. Supply of bulk and cylinder gas

Planned procurement ID: 7393
Procurement category: Site Management
Project Description: Current Framework Agreement:

Started 01 Jul 2020 and awarded to BOC.
Expires: 30 Jun 2024

Replacement Framework Agreement:

Will be a single party framework.

The anticipated terms and conditions will be based on Shared Services Standard Goods and Services Terms.

This is a collaborative procurement.
Scope: The scope of the framework is supply and delivery of bulk and cylinder gases for use in nuclear facilities across the NDA Group.

The participating entities for this collaborative procurement are predicted to be: Direct Rail Services, Dounreay Site Restoration Ltd, Low Level Waste Repository, National Nuclear Laboratory, Magnox Ltd and Sellafield Ltd.
Value stream and critical success factors A number of business critical success factors exist for this procurement:

- ensure security of supply
- meet specification in full
- access to technical support
- cost savings and process efficiency
Current status: Not yet started
Estimated procurement value/band: Band F >£10 million to <£25 million. The Sellafield Ltd element accounts to approximately 45% of the value
Estimated date PIN to be issued: Quarter 2 2023
Estimated date ITT to be issued Quarter 3 2023
Estimated date contract award Quarter 2 2024
Contact details : email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

16. Supply of civilian guard force

Planned procurement ID: 7402
Procurement category: Security and Resilience
Project Description: Provision of civilian guard force service for Sellafield Ltd.
Scope: Sellafield site is operated, regulated and protected by a complex mixture of public and private organisations.

Sellafield Ltd are required to maximise the security and protection of its critical areas by engaging in a standalone agreement with a specialist security supplier for the provision of a civilian guard force.

The civilian guard force security is multi-layered and comprises of different elements, including:

- the control of access and egress to the site
- the control of access and searching (pat-down) into a number of high security facilities/buildings within the Sellafield site
- the control of access and egress into the separation area within the Sellafield site
- on-site security patrolling and other secondary security duties
Value stream and critical success factors The following critical success factors have been identified for the civilian guard force service:

- the civilian guard force must deliver a professional security service that stands up to external scrutiny and audit
- the civilian guard force management team deployed needs to possess the necessary skills to execute the operational plan with minimal supervision by Sellafield Ltd
- the civilian guard force must provide flexibility to deliver ad hoc services
the service must meet the security standards
Current status: Contract in place with Mitie Total Security Ltd

Procurement to be issued via CTM in 2023
Estimated procurement value/band: Band H >£50 million to <£100 million.
Estimated date PIN to be issued: N/A
Estimated date ITT to be issued 10 Nov 2023
Estimated date contract award 14 Nov 2025
Contact details : email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

17. Supply of engineering consumables

Planned procurement ID: 7349
Procurement category: Site Management
Project Description: The supply of maintenance, repair and operations tools, consumables and standard commercial grade spares to the participating entities of the NDA Group.

Extant framework agreement:

- awarded on 01 Aug 2019
- expiring on 31 Jul 2019
- approved extension until 31 Jul 2023

Current framework agreement (3+1 year term):

- started 01 Aug 2019
- awarded to Thomas Graham & Sons Limited
- expires: approved extension until 31 Jul 2023

Replacement framework agreement:

The anticipated terms and conditions will be NDA collaborative terms for the supply of goods will be used.
New contract/framework to be in place by 01 Aug 2023.

The participating entities for this procurement are:

Sellafield Ltd, Magnox, Direct Rail Services, Low Level Waste Repository, National Nuclear Laboratory, Dounreay Sites Restoration Limited and International Nuclear Services.
Scope: Supply of maintenance, repair and operations off-the-shelf engineering spares and consumables with many thousands of different items procured across the NDA estate.

The items support a wide variety of engineering maintenance applications.
Value stream and critical success factors A number of business critical success factors exist for this procurement:

- quality to the required specification
- ensure security of supply at minimum risk
- achieve and secure ongoing cost savings
- securing required delivery/service levels (on time, in full)
Current status: Magnox Ltd are leading the NDA group tender and the strategy is currently in development throughout 2022.

The tender exercise will be conducted by Magnox Ltd during 2022 and 2023 and a new framework agreement will be awarded.
Estimated procurement value/band: NDA - Band G >£25 million to <£50 million
Sellafield Ltd - Band F >£10 million to <£25 million
Estimated date PIN to be issued: 05 Jul 2022
Estimated date ITT to be issued 08 Nov 2022
Estimated date contract award 09 May 2023
Contact details : email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

18. Provision of design, engineering and safety case services

Planned procurement ID: 2383
Procurement category: Studies, technical and design engineering
Project Description: The Design Service Alliance (DSA) is a framework contract between Sellafield Ltd, AXIOM (made up of Jacobs, Assystem and Mott MacDonald) and Progressive Alliance (AECOM and Cavendish Nuclear) that provides pragmatic and innovative design, engineering and safety case solutions.

The DSA is a strategic, long-term delivery contract to Sellafield Ltd with critical success factors around:

- ensuring sufficient volume of capability and capacity to deliver the services requirements for Sellafield Ltd
- accelerating the site mission through effective and value adding design delivery
- validating double digit cost savings following the mobilisation period

The effective date of the agreement was 27 Feb 2012.
Having recently been awarded an extension for its third and final 5-year tranche; the DSA will expire of 27 Mar 2027.

It is expected that any new agreement will be required to start from the 28 Feb 2027.
Scope: The DSA provides nuclear design, engineering and safety case assessment services via integrated teams of Sellafield Ltd, AXIOM and Progressive personnel.

The DSA delivers scoped and incentivised work, including full design and safety case lifecycle service with provision of design development through to production and operation of test rigs.

AXIOM are the lead delivery partner within site management and infrastructure and Progressive Alliance are the lead delivery partner within remediation and retrievals.

The predicted annual spend of the DSA is around £60 million to £90 million per annum with around a third of this spend going into the tier 3 supply chain.
Value stream and critical success factors A number of business critical success factors exist for this procurement:

- achievement of key business delivery milestones incentivised using key performance indicators
- improved demand forecasting
- maintaining capability and capacity of design and engineering resource
- overall reduction in administration
- integration with other Sellafield Ltd frameworks
- continuous delivery of savings
- delivery of positive social impact benefits
- effective collaboration
Current status: Currently in year 9 of a 15-year agreement (financial year 21/22)
Estimated procurement value/band: Sanctioned for £1.5 billion over 15 years
Estimated date PIN to be issued: N/A
Estimated date ITT to be issued During 2025
Estimated date contract award 28 Feb 2027
Contact details : email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

19. Supply and delivery of fuel oil to the Sellafield site and the Combined Heat and Power Plant (CHP)

Planned procurement ID: 7351
Procurement category: Site Management Infrastructure - site wide
Project Description: Existing framework supplier is Standard Fuels Ltd and the arrangement was to expire on 30 Sept 2021.

Extension for a further 12 months to 30 Sept 2022 is now in place and approved by Crown Commercial Service (CCS).

CCS will be running a new e-auction in Jan/Feb 2022 to allow replacement supplier/framework to be put in place.
Scope: The scope of framework/contract is supply and delivery of fuel oil to Sellafield site and the Combined Heat and Power Plant (CHP)
Value stream and critical success factors A number of business critical success factors exist for this procurement:

- business continuity
- security of supply
- value for money

This is a site wide supply.
Current status: Procurement to be run by CCS in Jan/Feb 2022. Current terms in place to Sept 2022
Estimated procurement value/band: Band D >£1 million to <£5 million
Estimated date PIN to be issued: N/A
Estimated date ITT to be issued N/A
Estimated date contract award 01 Oct 2022
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

20. Analysis of low active and very low active samples

Planned procurement ID: 7003
Procurement category: Analytical Services
Project Description: Analytical Services is a critical enabler to the Sellafield Ltd mission and provides an essential service to circa 200 demanders in 22 programme areas across Sellafield.

It also provides an essential service to regulatory bodies such as the Environment Agency.

Sellafield Ltd are seeking to procure a replacement delivery model for the provision of low active (LA) and very low active (VLA) services beyond Jul 2024.

LA analysis is currently undertaken by Sellafield Ltd from the on-site laboratory but will transition to a “buy” strategy facilitated by the new contract, with this transition to be completed by April 2026.

The replacement contract is planned to be awarded in Jul 2024, allowing time for a new service provider to mobilise prior to the expiry of the current arrangements.

The work will use Sellafield Ltd standard terms and conditions for the provision of services.
Scope: The scope of contract is to deliver the analysis of LA and VLA samples, including collection or receipt, handling and storage of samples, analysis of samples and reporting of results within the required reporting times, management and disposal of sample residues and extracts.

Potential service providers must be in possession of the required analytical methods accreditation, with work undertaken by suitably qualified and experienced analysts.
Value stream and critical success factors A number of business critical success factors exist for this procurement:

- good EHSS&Q performance
- availability of the appropriate domain expertise and facilities for the duration of the contracts
- ensures that the analysis reporting turnaround times are achieved
- provides for collaborative behaviours to optimise delivery capacity
- demonstrates value for money via innovation and efficiencies
- supports long-term sustainability of analytical capacity in support of the One NDA strategy
- support delivery of the Sellafield Ltd Social Impact Strategy.
Current status: Pre-procurement activities completed to date include a market engagement session which took place in Dec 2021.

The outline business case will be submitted to the Analytical Services Programme Board in Mar 2022.
Estimated procurement value/band: Range of £48 to £101 million
Estimated date PIN to be issued: Feb 2023
Estimated date ITT to be issued Feb 2023
Estimated date contract award Jul 2024
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

21. Logistics service provider to support Sellafield Control Tower

Planned procurement ID: 7642
Procurement category: Site Management and Infrastructure
Project Description: The provision of a logistics service provider to Sellafield Ltd in support of our logistics and warehousing programme including the control tower operations.
Scope: The operation and maintenance of Sellafield Ltd’s Security and Distribution Centre for load consolidation and onward deliveries to the Sellafield Ltd stores, facilities and end users.
Value stream and critical success factors A number of business critical success factors exist for this procurement:

- provision of a safe and secure logistics service through the security screening of goods delivered to the Security and Distribution Centre
- control and management of deliveries to the Sellafield stores, facilities, and end users through consolidation deliveries
- scheduling of inbound logistics operations in a timely and efficient manner
Current status: Extant framework agreement:

- awarded to Petersons England Ltd.
- expires 30 Nov 2023 (with an optional + 1 year, to then expire 30 Nov 2024)

Replacement framework agreement: will be a single party framework.
Estimated procurement value/band: Band E >£5 million to <£10 million
Estimated date PIN to be issued: N/A
Estimated date ITT to be issued 08 Jun 2023 (or 08 Jun 2024 if extension taken)
Estimated date contract award 01 Dec 2023 (of 01 Dec 2024 if extension taken)
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

22. Maintenance repair and operations, goods and services (MRO)

Planned procurement ID: 7664
Procurement category: Site Operations and Services
Project Description: The maintenance, repair and operations (MRO) electrical and mechanical consumables scope is required to support site wide range of plant operations across 7 NDA businesses that operate across 32 delivery locations in the UK.

The scope of this supply is wide with thousands of different goods: electrical, valves, pumps and fans, power transmission and bearings, seals and gaskets, instrumentation, motors and rewinds and lifting gear.

Extant framework agreement:

- Started on 01 Jan 2020
- awarded to Eriks Limited, Rexel Limited, Park Gate Limited and Speedy Services Limited
- Expires 31 Mar 2024

Replacement framework agreement:

- new contract/framework to be in place by 01 Apr 2024
- anticipated terms and conditions will be NDA collaborative terms for the supply of goods.

The expected permitted purchasers under this contract will be:

Nuclear Transport Solutions, Dounreay Site Restoration Limited, LLW Repository Limited, Magnox Limited, National Nuclear Laboratory Limited and Sellafield Ltd.
Scope: The scope of this supply is wide with thousands of different goods procured across the permitted purchasers.

The items will be ordered on an as required basis as call off orders. The scope maybe split as per the below example:

Lot 1 - electrical
Lot 2 - valves (including an inspection and repair service)
Lot 3 - pumps and fans (including an inspection and repair service)
Lot 4 - power transmission and bearings (including an inspection service)
Lot 5 - seals and gaskets (including an inspection service)
Lot 6 - instrumentation
Lot 7 - motors and rewinds (including an inspection and repair service)
Lot 8 - lifting gear

The items support a wide variety of plant engineering maintenance applications and range from quality grade 04 to quality grade 02P.

The quality graded system is detailed within Sellafield Ltd.’s Contract Quality Requirements (CQR’s). The highest quality grade associated with this scope is quality grade 02P.
Value stream and critical success factors A number of business critical success factors exist for this procurement:

- quality to the required specification
- achieve and secure ongoing cost savings
- ensure security of supply at minimum risk
Current status: Not started.
Estimated procurement value/band: Band H >£50 million to <£100 million
Estimated date PIN to be issued: 28 Nov 2022
Estimated date ITT to be issued 01 May 2023
Estimated date contract award 01 Apr 2024
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

23. Provision of technical services agreement

Planned procurement ID: 6004
Procurement category: Engineering and Technical
Project Description: To provide a wide range of nuclear technical services to the Sellafield site and deliver integrated technical solutions to address highly technical and complex nuclear challenges.

The effective date of the agreement was 01 Jan 2018 to National Nuclear Laboratories and the agreement will expire on 31 Mar 2034.

It’s expected that any new agreement will be required to start on 01 Apr 2034.

The agreement has its own bespoke terms and conditions linked to a collaboration agreement.

It’s not thought that the procurement will be collaborative with other parts of the NDA estate.
Scope: To collaborate with Sellafield Ltd on delivering a broad range of nuclear technical services to the Sellafield site which includes: nuclear research and technology development, technology demonstrations, plant support to maintain reprocessing operations, the vitrification of highly radioactive liquor, radioactive waste processing and management, effluent treatment, the storage of irradiated nuclear fuel and decommissioning activities.

The collaboration will deliver integrated technical solutions to address highly technical and complex nuclear challenges, that need an in-depth knowledge of the Sellafield site and its nuclear plants and nuclear processes.

The collaboration will require the ability to handle and use radioactive materials (including uranium and plutonium) in nuclear licensed radioactive research and development facilities.

The ability to carry out intrusive plant inspections in highly radioactive and inaccessible areas of plant is also needed.
Value stream and critical success factors A number of business critical success factors exist for this procurement:

- improved planning
- securing niche technical capability and facilities
- deployment of work allocation process
- positive technical delivery performance
- effective collaboration
Current status: Currently in year 4 of 17 year contract.
Estimated procurement value/band: £650,000,000 over 17 years
Estimated date PIN to be issued: N/A
Estimated date ITT to be issued During financial year 2032
Estimated date contract award 31 Mar 2034
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

24. Metrology and technical investigation

Planned procurement ID: 5580
Procurement category: Engineering and Technical
Project Description: Nuclear metrology and the measurement and characterisation of neutron radiation fields and technical support.

The effective date of the contract was 02 Jan 2020 to NPL Management Ltd and the contract will expire on 31 Dec 2023.

It is expected that any new agreement will be required to start on the 02 Jan 2024.

The contract is awarded under Sellafield Ltd. General conditions of contract for professional services above PCR threshold.

It is not thought that the procurement will be collaborative with other parts of the NDA estate, but this will be finalised when determining whether the contract will be renewed.
Scope: The range of services includes: mobile radiometric calibrations, technical evaluations of measurement and test equipment and calibration processes.

It should be noted that NPL Management Ltd are recognised as a world leader and innovator, particularly in the development of their new techniques in management of metrology and whilst the services required are in the area of nuclear metrology and measurement and characterisation of neutron radiation fields including, but not limited to, ionising radiation and temperature and humidity.
Value stream and critical success factors A number of business critical success factors exist for this procurement:

- access to experts in metrology and physics
- helping Sellafield Ltd comply wit ISO 17025 and ISO10012 by upskilling personnel to write and understand metrology procedures.

Also training and education on new or novel techniques and equipment
- on-site and laboratory calibrations traceable to national standards
Current status: Currently in year 2 of contract.
Estimated procurement value/band: £2.5 million over 4 years
Estimated date PIN to be issued: N/A
Estimated date ITT to be issued 29 Sept 2023
Estimated date contract award 31 Jan 2024
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

25. Provision of powered manipulator maintenance

Planned procurement ID: 6932
Procurement category: Specialist Maintenance and Utilities
Project Description: Maintenance of existing powered manipulators inclusive of spare parts within site wide plant locations as listed below:

– High Level Waste Plant
- Magnox Encapsulation Plant
- Waste Encapsulation Plant
- Encapsulation Plants
- Miscellaneous Beta Gamma Waste
- Magnox East River
- Thorp

Current contract: supplier is PAR Systems.
Expires 12 Jun 2022.
New contract anticipated to be awarded on 31 Mar 2023.

This is not a NDA collaborative procurement.
Scope: Sellafield will require a suitable qualified maintenance service provider to provide provision of powered manipulator maintenance including scheduled and unscheduled maintenance, telephone support and training services and other adhoc maintenance requirements relating to the scope and continuation of plant operations.
Value stream and critical success factors A number of business critical success factors exist for this procurement:

- continuity and stability
- consistent site wide approach to maintenance delivery
- failure reduction
- achieve ongoing savings
Current status: Procurement currently having a detailed scoping document drafted. The invitation to tender was expected to be published in quarter 3 in 2020/21 and the contract awarded in quarter 2 in 2021/22.

Delays have meant this is now to be extended for another 1-year extension to allow more time.
Estimated procurement value/band: Value D (>£1 million to <£5 million) £3 million to £15 million on CTM over 4 years
Estimated date PIN to be issued: 15 Mar 2022 (may be subject to change)
Estimated date ITT to be issued 15 May 2022 (may be subject to change)
Estimated date contract award 03 Jan 2023 (may be subject to change
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

26. Supply of delivery of PVC containment items

Planned procurement ID: 7299
Procurement category: Site Management
Project Description: Sellafield Ltd has a requirement for the continued supply of PVC containment items:

Extent framework agreement:

- started on 01 Feb 2018 and awarded to Romar Innovate Limited

Expires on 31 Jan 2023

Replacement framework agreement:

New contract anticipated to be awarded by 01 Feb 2023

Anticipated terms and conditions will be Sellafield CFMT357 framework agreement.
Scope: The scope of framework is for bespoke PVC containment items manufactured to contract quality requirements quality grade 02, items required include: posting bags, blister bags and tents.

These items form the primary barrier layer between radioactive alpha material and the operator during glove box operations and maintenance.
Value stream and critical success factors A number of business critical success factors exist for this procurement:

- quality to the required specification
- achieve and secure ongoing cost savings
- ensure security of supply at minimum risk
- securing an outcome which the value stream (Spent Fuel Management) alpha containment department actively support.
Current status: The acquisition strategy to underpin the preferred procurement route is currently being prepared for internal Sellafield review and approval.

The invitation to tender is expected to be published via open OJEU process in quarter 1 2022.
Estimated procurement value/band: Value D >£1 million to <£5 million
Estimated date PIN to be issued: To be issued quarter 4 2021/22
Estimated date ITT to be issued The invitation to tender is expected to be published in quarter 1 2022 and the contract award in quarter 3 2022
Estimated date contract award 30 Nov 2022
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

27. Risley - Sellafield Ltd bus service

Planned procurement ID: 7774
Procurement category: Site Management and Infrastructure
Project Description: Provision of Risley to Sellafield bus services for Sellafield Ltd.
Scope: Sellafield Ltd has an ongoing requirement to provide a transport service between its operational hub in West Cumbria and its design and project offices in Risley, Warrington.

The mirror service is to operate on 3 days of the week (Tuesday to Thursday) but may be up to 5 days a week and make use of the highest available coach standards, using executive coaches, with Wi Fi connection and comfort facilities.
Value stream and critical success factors A number of business critical success factors exist for this procurement:

- delivery of a quality and professional service - timely, reliable and efficient service, customer satisfaction
- safety - reduced risk of business travel, duty of care for employees
- cost - reduced costs, reduction of hire cars, fuel costs, value for money service.
Current status: Direct award in place with Hobans Ltd. Procurement to be issued via CTM in 2023
Estimated procurement value/band: Value D >£1 million to <£5 million
Estimated date PIN to be issued: N/A
Estimated date ITT to be issued 01 Jun 2023
Estimated date contract award 01 Nov 2023
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

28. Tyre supply and associated services

Planned procurement ID: 7137
Procurement category: Site Management and Infrastructure
Project Description: Supply and fit of tyres and associated services for all Sellafield.
Scope: Supply and fit of tyres and associated services for all Sellafield assets both on and off the Sellafield site, includes: tyres for cars, vans, 4x4’s, emergency response vehicles, light commercial vehicles, heavy commercial vehicles including trailers, coaches, fork lift trucks, trolleys and motorised/non-motorised plant.
Value stream and critical success factors A number of business critical success factors exist for this procurement:

- quality to the required specification
- achieve and secure ongoing cost savings
- ensure security of supply at minimum risk
Current status: Awarded to Micheldever.
Expires 31 Oct 2022 (may extend to 31 Oct 2023).
Estimated procurement value/band: Band B >£100,000 to <£500,000
Estimated date PIN to be issued: N/A
Estimated date ITT to be issued 31 May 2022 (or 31 May 2023 if extended)
Estimated date contract award 01 Nov 2022 (or 01 Nov 2023 if extended)
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

29. Supply of uninterruptible power supply (UPS) and UPS battery maintenance

Planned procurement ID: 6934
Procurement category: Specialist Maintenance and Utilities
Project Description: Sellafield Ltd will require a suitable qualified UPS maintenance and UPS battery maintenance service provider to provide both preventative and reactive UPS and UPS battery maintenance across Sellafield Ltd’s fleet of UPS systems.

Sellafield currently has over 100 UPS systems located throughout the site at Seascale, West Cumbria. These assets are all varying in age and require maintenance to ensure continued reliable UPS services is maintained.

The current arrangement includes delivery of preventative/pre-planned maintenance which is in accordance with the OEM’s guidelines and ad-hoc emergency reactive maintenance in the event of a breakdown or failure.

The current UPS systems are provided by a range of OEMs, although these predominantly originated from Vertiv (circa 75%+).

Current contract supplier – Vertiv Infrastructure Ltd (soon novated to Chloride UK Ltd).

Expires on 31 Mar 2023.

New contract anticipated to be awarded on 31 Mar 2023.

This is not a NDA collaborative procurement.
Scope: Sellafield will require a suitable qualified UPS maintenance and UPS battery maintenance service provider to provide both preventative and reactive UPS and UPS battery maintenance across Sellafield Ltd’s fleet of UPS systems.

This will be tendered as two different Lots (i) UPS maintenance, and (ii) UPS Battery maintenance.
Value stream and critical success factors A number of business critical success factors exist for this procurement:

- continuity and stability
- consistent site wide approach to maintenance delivery
- failure reduction
- achieve ongoing savings
Current status: Procurement currently having a detailed scoping document drafted.
Estimated procurement value/band: £5 million over 4 years
Estimated date PIN to be issued: 31 Jan 2022 (may be subject to change)
Estimated date ITT to be issued 15 May 2022 (may be subject to change)
Estimated date contract award 03 Jan 2023 (may be subject to change)
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

30. Provision of vehicle spares and 3rd party maintenance

Planned procurement ID: 7389
Procurement category: Site Management and Infrastructure
Project Description: Provision of vehicle spares and 3rd party maintenance
Scope: Sellafield Ltd transport maintain over 750+ items of vehicles and mobile plant, some of which are specialised vehicles, these items are maintained largely on-site by the Sellafield Ltd Transport Department personnel.

There is also bespoke equipment such as the Sellafield Ltd boat and the rail loco fleet spares.

In order to maintain this fleet, a route is required to source vehicle spares and the provision of 3rd party repair/maintenance to ensure continuity of supply of spares and maintenance.
Value stream and critical success factors A number of business critical success factors exist for this procurement:

- quality to the required specification
- achieve and secure ongoing cost savings
- ensure security of supply at minimum risk
Current status: Awarded to Fleet Factors Ltd.

Expires on 19 Jun 2022 (+ 1 year optional extension available to 19 Jun 2023
Estimated procurement value/band: Band D >£1 million to <£5 million
Estimated date PIN to be issued: N/A
Estimated date ITT to be issued 13 Apr 2022 (or 13 Apr 2023 if extension is taken)
Estimated date contract award 01 May 2023 (or 01 May 2023 if extension is taken)
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

31. Security Systems Partners

Planned procurement ID: 7883
Procurement category: Security and Resilience
Project Description: Deliver physical and virtual assets that provide efficient high-performing systems that protect the enterprise and its people.
Scope: Programme and project management, commercial management, integration of physical/civils infrastructure (e.g. fending, cameras, turnstiles) and ICT/virtual systems, fibre optics, software, asset care and maintenance, IT design, build and commissioning contractors for cyber, cyber specialist support contracts (post installations), installation contracts of cyber tooling, cyber specialist consultancy, tooling enabling cloud-based security functions, management of support services from vendors, cloud-based expertise to support transition or change in strategy, studies, data management, engineering and construction, environmental monitoring systems, access controls, information and operational technologies, environmental maintenance, security management software.
Value stream and critical success factors Integrating with the security and resilience (S&R) programme, developing knowledge of Sellafield Ltd site systems, focusing on greater security system efficiencies
Current status: In initial stages of strategy development, with market engagement planned throughout 2023 and tender award in Q3 2024/25
Estimated procurement value/band: > £100 million
Estimated date PIN to be issued: N/A
Estimated date ITT to be issued N/A
Estimated date contract award Q2 2026
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

32. Technology Partners

Planned procurement ID: 7713
Procurement category: Construction
Project Description: Provide open and diverse access to new solutions. Integrate technology and mature to deployment to create new value and transform outcomes.
Scope: Horizon scanning, technology sourcing and integration, engineering maturity and deployment, demonstrations and test rig facilities, remote vehicles, robotics and artificial intelligence (AI(, nuclear waste specialists.
Value stream and critical success factors Key service requirements:

- Flexible access to diverse and changing organisations and capabilities
- Develop new technology and solutions through to deployment
- Collaboration and integration with Sellafield Ltd and National Nuclear Laboratory.
Current status: Market engagement due to start in 2022 with award in Q4 2025.
Estimated procurement value/band: > £100 million
Estimated date PIN to be issued: N/A
Estimated date ITT to be issued N/A
Estimated date contract award Q1 2026
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

33. Remediation Partners

Planned procurement ID: 7491
Procurement category: Construction
Project Description: - Alignment of supply chain capabilities to remediation programme outcomes to enable greater ownership and accountability
- Enable retention of knowledge and learning in remediation partners to allow replication and improvements over time.
Scope: Studies, characterisations, design engineering, nuclear and technology integration, programme and project management, controls and integration, commercial management, alpha capabilities safety case, construction management, Post Operational Clean-out (POCO), demolition, land quality, off-site testing facilities, robotics and AI, waste management, nuclear operators and ops support, sample analysis, risk practitioners
Value stream and critical success factors Align range of supply chain capabilities to the programmes and their outcomes, enabling greater ownership and accountability in the supply chain over time, often working in integrated teams with Sellafield Ltd. Enable retention of knowledge and learning in remediation partners to enable replication and improvement over time.
Current status: In initial stages of strategy development, with market engagement planned throughout 2022/2023 and tender award in Q3 2025-26
Estimated procurement value/band: > £100 million
Estimated date PIN to be issued: N/A
Estimated date ITT to be issued N/A
Estimated date contract award Q3 2025/2026
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

34. Retrievals Partners

Planned procurement ID: 7491
Procurement category: Construction
Project Description: - Alignment to long term outcomes on the retrievals programme
- High level of integration and collaboration with the customers/clients
- Embracing and harnessing innovation
- Retaining knowledge and using legacy knowledge to deliver longer term outcomes.
Scope: Studies, characterisation, programme and project management and planning, nuclear ops, outage management, pragmatic on-plant engineers, design safety case, construction, commissioning, handover, asset care project delivery capability, design engineering, specialist equipment, offsite manufacturing, temporary works, management of engineering and technology innovation, management/ provision of rig scale testing, robotics, remote handling, remote vehicles, trials and disposability work, under-water recovery techniques, access to underwater testing facility, off site trials and training facility.
Value stream and critical success factors Aligned to longer term outcomes needed for retrievals programmes in ponds and silos.

Enable high level of integration and collaboration with Sellafield Ltd, developing strong relationships, embracing and harnessing innovation, and retaining knowledge and learning to deliver longer term outcomes.

Whilst this enables alignment to programmes and outcomes, there should also be flexibility for partners to work elsewhere to enable future flexibility and resilience.
Current status: In initial stages of strategy development, with market engagement planned throughout 2022/2023 and tender award in Q3 2025-26.
Estimated procurement value/band: > £100 million
Estimated date PIN to be issued: N/A
Estimated date ITT to be issued N/A
Estimated date contract award Q3 2025/2026
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

35. High force compaction boxes and anti-spring back plates

Planned procurement ID: 7823
Procurement category: Engineering Equipment Systems and Products (EES&P)
Project Description: High force compaction boxes are 1m3 carbon steel boxes and are required along with anti-spring back plates within the WAMAC facility on the Sellafield site.

They are used for compacting low level waste, providing for increased packing efficiency and stable long-term storage at the Drigg Low Level Waste Repository (LLWR).
Scope: The scope of the procurement will be for the manufacture and supply of of high force compaction boxes and anti-spring back plates to meet plant requirements.

The plant process on average 55 boxes and 82.5 plates per month.
Value stream and critical success factors - meet specification in full
- ensure security of supply
- deliver value for money and cost effectiveness
Current status: The competition is currently being prepared with a plan to issue the invitation to tender no later than October 2022.
Estimated procurement value/band: Band D < £20 million
Estimated date PIN to be issued: N/A
Estimated date ITT to be issued 29 October 2022
Estimated date contract award 28 February 2023
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

36. Supply of machine and fabricated spares

Planned procurement ID: 7829
Procurement category: Engineering Equipment Systems and Products (EES&P)
Project Description: Manufacture and supply of machined and fabricated plant spares (full scope includes minor design, manufacture, testing and delivery to Sellafield site of products which are primarily required for stock replenishment/unplanned outages, site wide operations and small project work).

- Provide both general machining and fabrication of products manufactured from carbon steel, stainless steel and exotic materials from engineering drawings up to quality grade 02.

- Provide a minor design capability e.g. drawing amendment, basic calculation review.

- Provision of an emergency supply service, should there be an emergency breakdown on plant.
This could include 24/7 level of support and expediting of delivery in case of urgent Sellafield Ltd demands. This is a standard requirement in all Sellafield Ltd goods contracts and will be utilised on a pay as you require arrangement.

- CE/UKCA Marking on behalf of Sellafield Ltd.
- Awarded on: 1 May 2020
- Suppliers: West Cumberland Engineering Ltd and TEAM Furmanite Ltd
- Expires on: 1 May 2024 (2 + 1 + 1 years)

- New contract/framework to be in place by: 1 May 2024 latest date (to include a transition period of at least 2 months)

- Anticipated terms and conditions: CFMT 357 Framework Agreement
Scope: Manufacture and supply of machined and fabricated plant spares (full scope includes minor design, manufacture, testing and delivery to Sellafield site of products which are primarily required for stock replenishment/unplanned outages, site wide operations and small project work).
Value stream and critical success factors A number of business critical success factors exist for this procurement:

- On Time In Full (OTIF) – Deliver to schedule and less plant downtime as a result.
- Right First Time (RFT) – Enabling a Zero Concessions culture and eliminating concessions and production permits.
- Quality – Ensuring the drawings and specifications are manufacturable and fit for purpose.
- Security of Supply – Ensure that a sustainable supply chain can deliver the requirement over this transitional period.

It is a site wide framework.
Current status: The development of the future strategy has not started yet as we are only in the 25th month of a potential 48 month contract.
Estimated procurement value/band: Band D < £20 million
Estimated date PIN to be issued: TBA (May 2023)
Estimated date ITT to be issued TBA (early Nov 2023)
Estimated date contract award TBA (end Feb 2024) with a 2 month transition period. Contract starts: 01 May 2024.
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

37. Provision of design, engineering and safety case services

Planned procurement ID: 2383
Procurement category: Studies, technical and design engineering
Project Description: The Design Service Alliance (DSA) is a framework contract between Sellafield Ltd, AXIOM (comprising Jacobs, Assystem and Mott MacDonald) and Progressive Alliance (AECOM and Cavendish Nuclear) that provides pragmatic and innovative design, engineering and safety case solutions.

The DSA is a strategic, long-term delivery contract to Sellafield Ltd with critical success factors around:

1) Ensuring sufficient volume of capability and capacity to deliver the services requirements for Sellafield Ltd
2) Accelerating the site mission through effective and value adding design delivery
3) Validating double digit cost savings across the business.

The effective date of the agreement was 27 February 2012. The DSA is now in its final 5-year tranche and will expire on 27 March 2027.

It is expected that any new agreement will be required to start from the 28 February 2027.
Scope: The DSA provides nuclear design, engineering and safety case assessment services via integrated teams of Sellafield Ltd, AXIOM and Progressive personnel.

The DSA delivers scoped and incentivised work, including full design and safety case lifecycle service with provision of design development through to production and operation of test rigs.

AXIOM are the lead delivery partner within site management and infrastructure and Progressive Alliance are the lead delivery partner within remediation and retrievals.

The predicted annual spend of the DSA is around £60 million to £90 million per annum with around a third of this spend going into the tier 3 supply chain.
Value stream and critical success factors Several business-critical success factors exist for this procurement, which are:

- achievement of key business delivery milestones incentivised using Key Performance Indicators
- Improved demand forecasting
- Maintaining capability and capacity of design and engineering resource
- Overall reduction in administration
- Integration with other Sellafield Ltd frameworks
- Continuous delivery of savings
- Delivery of positive social impact benefits
- Effective collaboration
Current status: Currently in year 10 of a 15-year agreement (financial year 22/23)
Estimated procurement value/band: Sanctioned for £1.5 billion over 15 years
Estimated date PIN to be issued: N/A
Estimated date ITT to be issued During 2025
Estimated date contract award 28 Feb 2027
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer

38. Sellafield Industrial Services

Planned procurement ID: 7528
Procurement category: Construction
Project Description: Deliver monitoring, maintenance and minor asset care (<£1 million) for site facilities and equipment in both non active and active areas.
Scope: Project engineers and managers, construction managers, scaffold and rigging, asbestos, civil inspection, mechanical, civil and electrical site works, statutory inspections, lifting and pressure systems, welding, M and F, 3D printing, other specialists maintenance requirements.
Value stream and critical success factors - Agile, efficient and effective maintenance services to active areas and core nuclear programmes and Value Streams

- Enables Sellafield Ltd to access diverse specialist maintenance services from supply chain, without stretching programme aligned vehicles or categories from their core purpose.

- Aligns to the diverse, agile and often niche maintenance requirements that arise across the Sellafield site
Current status: In initial stages of strategy development, with market engagement planned throughout 2022/2023 and tender award in Q4 2025
Estimated procurement value/band: >£100 million
Estimated date PIN to be issued: N/A
Estimated date ITT to be issued N/A
Estimated date contract award Q1 2024
Contact details: email: supply.chain.enquiries@sellafieldsites.com.

Please ensure you quote ref/PS in the subject line of your enquiry
Disclaimer GOV.UK disclaimer