Award

Transport of Class 7 Radioactive Goods packages from Harwell and Winfrith sites to Sellafield site

NUCLEAR RESTORATION SERVICES LIMITED

This public procurement record has 1 release in its history.

Award

02 Mar 2026 at 17:14

Summary of the contracting process

The procurement process initiated by Nuclear Restoration Services Limited in Warrington focuses on the transport of Class 7 Radioactive Goods from Harwell and Winfrith sites to the Sellafield site. This process belongs to the services industry category and covers regions UKD61 and UKD11. The procurement was completed with a direct award on 2nd March 2026, with Sellafield Ltd being identified as the supplier. The contract is scheduled to commence on 1st April 2026 and conclude on 31st March 2027, with a gross value of £367,200. The procurement method involved direct awarding due to technical reasons specific to the supplier capabilities required for such transport operations.

This tender presents business growth opportunities for companies with expertise in handling hazardous materials, specifically those that are familiar with the regulations surrounding the transport of radioactive goods. The contract is particularly suited for businesses accredited as 'Approved Carriers' capable of providing drivers trained under ADR regulations. Being part of the NDA estate is advantageous as it allows operation of bespoke trailers purchased for these tasks, reducing logistical complexities. Companies outside the NDA estate might face additional requirements to compete effectively, such as acquiring specialised insurances and access agreements. Therefore, it is primarily beneficial for large-scale businesses experienced in nuclear transport operations.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Transport of Class 7 Radioactive Goods packages from Harwell and Winfrith sites to Sellafield site

Notice Description

Transport of Class 7 Radioactive Goods packages from Harwell and Winfrith sites to Sellafield site; types Novapak, Gemini, Modular and FHISO (Saftainer) as security category III or IV (as determined by package content of individual shipments).

Procurement Information

All carriers of Class 7 shipments on behalf of the NMT Project must be on the NRS Approved Carrier list which confirms that their arrangements (including those for security) have been audited to meet minimum standards. In addition, when transferring Security Category III radioactive material outside the Nuclear Site Licence boundary hauliers are required to be recognised by ONR CNSS as an 'Approved Carrier'. This process requires the Carrier to comply with the Security Assessment Principles for the Civil Nuclear Industry (SyAps) and produce a Transport Security Statement (TSS). A TSS is required under Statutory Instrument 2003 No. 403, The Nuclear Industries Security Regulations 2003. In order to undertake Class 7 transport movements drivers must be trained accordingly and be approved under the ADR Regulations. The Nuclear Materials Transfer project regularly consigns Class 7 Radioactive material from the Harwell site to Sellafield for storage and processing. In order to comply with the above the NMT Project is restricted to which carriers can be used in regards to a) whether they are on the NRS Approved Carrier list, b) whether they are an ONR CNSS 'Approved Carrier' for Cat III moves and c) have SQEP trained drivers under ADR (Dangerous Goods) and with the required authorisation on their driving licence. Only Sellafield meet the following requirements: 1) SL Transport drivers have full access to SL site. Other external carriers do not have this access. 2) SL Transport have around 30 ADR approved drivers available to the NMT Project. Other carriers do not have this resource pool resulting in risk to the NMT project on them not being able to fulfil the schedule requirements of the project. NRS has purchased bespoke trailers for this project which have become an NDA asset. As SL are part of the NDA estate this means that SL Transport are able to operate these trailers on behalf of the NMT Project. If the project was to task an external (non-NDA estate) carrier to operate these trailers, there would need to be additional insurances and agreements put in place.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-066038
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/018669-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK5 - Transparency Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Direct
Procurement Method Details
Direct award
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90521400 - Transport of radioactive waste

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£367,200 £100K-£500K
Contracts Value
Not specified

Notice Dates

Publication Date
2 Mar 20261 weeks ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
2 Mar 20261 weeks ago
Contract Period
31 Mar 2026 - 31 Mar 2027 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NUCLEAR RESTORATION SERVICES LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
WARRINGTON
Postcode
WA3 6GR
Post Town
Warrington
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD6 Cheshire
Small Region (ITL 3)
TLD61 Warrington
Delivery Location
Not specified

Local Authority
Warrington
Electoral Ward
Birchwood
Westminster Constituency
Warrington North

Supplier Information

Number of Suppliers
1
Supplier Name

SELLAFIELD

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-066038-2026-03-02T17:14:40Z",
    "date": "2026-03-02T17:14:40Z",
    "ocid": "ocds-h6vhtk-066038",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PXPQ-2228-DGTY",
            "name": "Nuclear Restoration Services Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXPQ-2228-DGTY"
            },
            "address": {
                "streetAddress": "Hinton House, Birchwood Park Avenue, Risley",
                "locality": "Warrington",
                "postalCode": "WA3 6GR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD61"
            },
            "contactPoint": {
                "name": "Pauline MacKemsley",
                "email": "pauline.z.mackemsley@nrservices.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/nuclear-restoration-services",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PWYP-8439-MZWY",
            "name": "Sellafield Ltd",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWYP-8439-MZWY"
            },
            "address": {
                "streetAddress": "Seascale",
                "locality": "Cumbria",
                "postalCode": "CA20 1PG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD11"
            },
            "contactPoint": {
                "email": "hayley.hughes@sellafieldsites.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "vcse": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXPQ-2228-DGTY",
        "name": "Nuclear Restoration Services Limited"
    },
    "tender": {
        "id": "ocds-h6vhtk-066038",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Transport of Class 7 Radioactive Goods packages from Harwell and Winfrith sites to Sellafield site",
        "description": "Transport of Class 7 Radioactive Goods packages from Harwell and Winfrith sites to Sellafield site; types Novapak, Gemini, Modular and FHISO (Saftainer) as security category III or IV (as determined by package content of individual shipments).",
        "status": "complete",
        "procurementMethod": "direct",
        "procurementMethodDetails": "Direct award",
        "procurementMethodRationale": "All carriers of Class 7 shipments on behalf of the NMT Project must be on the NRS Approved Carrier list which confirms that their arrangements (including those for security) have been audited to meet minimum standards. In addition, when transferring Security Category III radioactive material outside the Nuclear Site Licence boundary hauliers are required to be recognised by ONR CNSS as an 'Approved Carrier'. This process requires the Carrier to comply with the Security Assessment Principles for the Civil Nuclear Industry (SyAps) and produce a Transport Security Statement (TSS). A TSS is required under Statutory Instrument 2003 No. 403, The Nuclear Industries Security Regulations 2003. In order to undertake Class 7 transport movements drivers must be trained accordingly and be approved under the ADR Regulations. The Nuclear Materials Transfer project regularly consigns Class 7 Radioactive material from the Harwell site to Sellafield for storage and processing. In order to comply with the above the NMT Project is restricted to which carriers can be used in regards to a) whether they are on the NRS Approved Carrier list, b) whether they are an ONR CNSS 'Approved Carrier' for Cat III moves and c) have SQEP trained drivers under ADR (Dangerous Goods) and with the required authorisation on their driving licence. Only Sellafield meet the following requirements: 1) SL Transport drivers have full access to SL site. Other external carriers do not have this access. 2) SL Transport have around 30 ADR approved drivers available to the NMT Project. Other carriers do not have this resource pool resulting in risk to the NMT project on them not being able to fulfil the schedule requirements of the project. NRS has purchased bespoke trailers for this project which have become an NDA asset. As SL are part of the NDA estate this means that SL Transport are able to operate these trailers on behalf of the NMT Project. If the project was to task an external (non-NDA estate) carrier to operate these trailers, there would need to be additional insurances and agreements put in place.",
        "lots": [
            {
                "id": "1",
                "status": "complete"
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ],
        "riskDetails": "None",
        "procurementMethodRationaleClassifications": [
            {
                "id": "singleSuppliersTechnicalReasons"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Transport of Class 7 Radioactive Goods packages from Harwell and Winfrith sites to Sellafield site",
            "status": "pending",
            "value": {
                "amountGross": 367200,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PWYP-8439-MZWY",
                    "name": "Sellafield Ltd"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "90521400",
                            "description": "Transport of radioactive waste"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2026-04-01T00:00:00+01:00",
                "endDate": "2027-03-31T23:59:59+01:00"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "018669-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/018669-2026",
                    "datePublished": "2026-03-02T17:14:40Z",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-03-31T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "language": "en"
}