Scope
Reference
C8497
Description
Enabling Innovation Framework 5
The EIF 5 Scope is primarily around problem definition and framing, studies, developing functional requirements, preparing business cases and targeted project and task interventions.
In summary the scope of the EIF encompasses:
• Support to problem framing: establishing clarity over needs and priorities and providing technical / digital support;
• Help in establishing project purpose, principles, roles and tasks before the Detail is decided
• Problem definition: help in translating service requirements into clear functional / technical / digital requirements;
• Support to studies;
• Support for problem solving and recovery of stalled projects through enabling services or focussed technical and digital support / solutions;
• Support to establishing correct measures, metrics and targets for success;
• Improving understanding of supply chain capability;
• Supporting challenge to unnecessarily bespoke solutions, application of unnecessary standards and "specialist" requirements through enabling services or focussed technical / digital solutions;
• Support to constructive challenge of ongoing requirements and cost estimates;
• Relationship based: allowing the supply chain to offer up new technologies and innovations, which have not been solicited by a Sellafield Ltd client that may bring significant return on investment.
Sellafield Ltd intends to appoint 10 suppliers under a single lot. The framework agreements will be based on Sellafield standard terms and conditions.
Commercial tool
Establishes a framework
Total value (estimated)
- £20,000,000 excluding VAT
- £24,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 30 June 2026 to 29 June 2030
- 4 years
Main procurement category
Services
CPV classifications
- 71330000 - Miscellaneous engineering services
- 71340000 - Integrated engineering services
- 71300000 - Engineering services
- 71356000 - Technical services
- 79421000 - Project-management services other than for construction work
Justification for not using lots
Dividing the framework into rigid lots inhibits innovation by compelling ideas to be categorised rather than freely developed.
Framework
Maximum number of suppliers
10
Maximum percentage fee charged to suppliers
0%
Justification for framework term over 4 years
N/A
Framework operation description
The process for call-off contracts under the Framework includes self-determination, direct award and mini competition as detailed in Appendix 9 Specification section 5, available via the Documents folder within the Atamis record. The governance arrangements will be compliant with the principal obligations of PA23.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Legal and financial capacity conditions of participation
The legal and financial capacity requirements are outlined in Appendix 9 PA23 Conditions of Participation v2. This document can be accessed through the Documents folder within the Atamis opportunity.
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Tender submission deadline
5 February 2026, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
17 June 2026
Recurring procurement
Publication date of next tender notice (estimated): 17 June 2026
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Technical | Quality | 80.00% |
| Commercial | Price | 20.00% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Sellafield Limited
- Public Procurement Organisation Number: PWYP-8439-MZWY
Hinton House, Birchwood Park Avenue
Warrington
WA3 6GR
United Kingdom
Region: UKD61 - Warrington
Organisation type: Public authority - sub-central government