Tender

Project and Asset Care Execution (PACE)

  • Sellafield Limited

F02: Contract notice

Notice identifier: 2025/S 000-004725

Procurement identifier (OCID): ocds-h6vhtk-04c888

Published 12 February 2025, 1:22pm



Section one: Contracting authority

one.1) Name and addresses

Sellafield Limited

Calder Bridge

Seascale

CA20 1PG

Contact

PACE Competition Team

Email

kenneth.webster@sellafieldsites.com

Country

United Kingdom

Region code

UKD11 - West Cumbria

National registration number

1002607

Internet address(es)

Main address

https://www.gov.uk/government/organisations/sellafield-ltd

Buyer's address

https://www.gov.uk/government/organisations/sellafield-ltd

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://one-nda.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://one-nda.force.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Nuclear Decommissioning


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Project and Asset Care Execution (PACE)

Reference number

C8478

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The Project and Asset Care Execution (PACE) Framework opportunity will deliver Core Team, Jobs, Tasks, Projects and Gated Projects in nuclear facilities within the Spent Fuel Management (SFM) and Special Nuclear Materials (SNM) areas, but with the potential to deliver across any onsite nuclear facility where needed.

The work involves maintaining existing asset condition and providing new asset capabilities when needed, which requires a level of Sellafield Ltd Integrated Partner engagement, subject matter expertise and assurance. Typically, the work will be in line with the following:

• Design, procurement, installation, modifications and commissioning of plant and equipment, and their dismantlement and removal;
• Asset care and support activities; and
• Integrated project controls and project management.

Sellafield are procuring two (2) Lot PACE Partners to provide the full suite of PACE capabilities and it will be carried out as a single procurement consisting of 2 Lots:
• Lot 1 – PACE Partner (SFM)
• Lot 2 - PACE Partner (SNM)

The frameworks will be for a period of nine (9) years, with the option to extend for a further six (6) to a maximum of 15 years.

The estimated value is within a range of £1.9bn to £3.6bn (inflated) across the 15 year duration, with £2.4bn being the mid-point based on the anticipated scope and volume.

Sellafield gives no guarantee as to the actual spend.

two.1.5) Estimated total value

Value excluding VAT: £3,600,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Lot 1 - PACE Partner (SFM)

Lot No

Lot 1

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 22314000 - Designs
  • 79933000 - Design support services
  • 71541000 - Construction project management services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 50000000 - Repair and maintenance services
  • 43320000 - Construction equipment
  • 45111200 - Site preparation and clearance work
  • 42000000 - Industrial machinery
  • 71500000 - Construction-related services
  • 45351000 - Mechanical engineering installation works
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 45100000 - Site preparation work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45213250 - Construction work for industrial buildings
  • 45260000 - Roof works and other special trade construction works
  • 45220000 - Engineering works and construction works
  • 44421722 - Safety cases
  • 45222110 - Waste disposal site construction work
  • 45210000 - Building construction work
  • 45315100 - Electrical engineering installation works
  • 71313410 - Risk or hazard assessment for construction

two.2.3) Place of performance

NUTS codes
  • UKD11 - West Cumbria
Main site or place of performance

Sellafield

two.2.4) Description of the procurement

To procure a Lot 1 PACE Partner (SFM) to provide asset care Works and/or Services. The Lot 1 PACE Partner will support the process and mechanical handing nuclear facilities in Spent Fuel Management and Retrievals East River, delivering Core Team activities, Jobs, Tasks and Full Lifecycle Projects and Gated Projects.

SFM is focussed on retiring risk through the safe storage of spent fuel, the processing and disposal of materials and waste arising from historic reprocessing operations, and the management of effluents to support ongoing hazard reduction across the site.

SFM is responsible for the provision of effluent treatment routes which covers the Low Active Effluent Management Group (LAEMG), Highly Active Liquor (HAL) programme, and the Site Ion Exchange Plant (SIXEP) plus its extensive supporting new builds. There is also work to manage the changes in effluent treatment that are required post-reprocessing.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £2,076,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

18 December 2026

End date

18 December 2041

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6

Maximum number: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The frameworks will be for a period of nine (9) years, with the option to extend for a further six (6) to a maximum of 15 years.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot 2 - PACE Partner (SNM)

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45111200 - Site preparation and clearance work
  • 45213250 - Construction work for industrial buildings
  • 45100000 - Site preparation work
  • 45222110 - Waste disposal site construction work
  • 45315100 - Electrical engineering installation works
  • 45200000 - Works for complete or part construction and civil engineering work
  • 50000000 - Repair and maintenance services
  • 22314000 - Designs
  • 42000000 - Industrial machinery
  • 43320000 - Construction equipment
  • 71500000 - Construction-related services
  • 45260000 - Roof works and other special trade construction works
  • 79933000 - Design support services
  • 44421722 - Safety cases
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 45210000 - Building construction work
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 45220000 - Engineering works and construction works
  • 45351000 - Mechanical engineering installation works
  • 71541000 - Construction project management services
  • 71313410 - Risk or hazard assessment for construction

two.2.3) Place of performance

NUTS codes
  • UKD11 - West Cumbria
Main site or place of performance

Sellafield

two.2.4) Description of the procurement

To procure a Lot 2 PACE partner (SNM) to provide asset care Works and/or Services. The Lot 2 PACE Partner will support the batch, specialist and decommissioning nuclear facilities in Special Nuclear Materials, Nuclear Infrastructure and Remediation, delivering Core Team activities, Jobs, Tasks, and Full Lifecycle Projects and Gated Projects.

The term Special Nuclear Materials (SNM) refers to uranium and plutonium compounds.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,500,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

18 December 2026

End date

18 December 2041

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 6

Maximum number: 6

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The frameworks will be for a period of nine (9) years, with the option to extend for a further six (6) to a maximum of 15 years.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015 Candidates will be assessed on the basis of the information provided in response to the Selection Submission Appendix A1.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Against the criteria as stated in the procurement pack accessed on Atamis, including in the Selection Submission Instructions:
- Section 15 Procurement Specific Matters; and
- Appendix A8 Minimum Turnover Threshold Test.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Against the criteria as stated in the procurement pack accessed on Atamis.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out in the PACE Framework Agreements, PACE Partnering Agreement and NEC4 Call Off Contracts, a draft of which have been included with the procurement pack.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

9 years, with the option to extend for 6 years to support the development of strategic relationships and collaboration that are key to fully contributing towards asset risk reduction at Sellafield. The maximum 15-year term is considered necessary to provide the Partners with the confidence to sustainably invest in technologies and critical skills to drive value for money and optimise delivery.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-040521

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 April 2025

Local time

11:00am

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

15 August 2025

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 24 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Project and Asset Care Execution (PACE) arrangements are an evolution of the current Integrated Asset Care (IAC) Framework (expiry date July 2027) with additional scope incorporating higher value gated projects and design capability to deliver full project lifecycle capability. PACE serves the growing demand for asset care at Sellafield as its nuclear facilities get older and some have their operational life extended or repurposed.

The estimated value of the PACE Framework opportunity is stated at II.1.5.1 which is the upper end of the anticipated range of £1.9bn-£3.6bn for the 15-year framework duration. The PACE team built this estimated range using the Sellafield Asset Management Database (SAMDb), plans for key programmes, historic spend and the long-term Sellafield Ltd Lifetime Plan.

The PACE team have applied an allowance for uncertainty into the estimated range. This allowance is lower for jobs and tasks yet higher for projects. Jobs and tasks are more predictable as they often deliver planned maintenance. Projects and gated projects have much greater levels of complexity, risk and scope uncertainty, all of which increases with time.

The estimated range follows the latest Sellafield and NDA guidance on inflation (23/24 5%, 24/25 3% and then 2% onwards). The range used allows for uncertainty around inflation.

The PACE Framework opportunity has been developed with input from market engagement activity which has been driven through prior information notices ("PIN"). Information related to this engagement can be accessed in Atamis using reference C17465:
PACE PIN 1 - Ref. 2024/S000-000821 published 10 January 2024
PACE PIN 2 - Ref. 2024/S000-010319 published 28 March 2024
PACE PIN 3 - Ref. 2024/S000-020650 published 5 July 2024
PACE PIN 4 - Ref. 2024/S000-033194 published 15 October 2024
PACE PIN 4A - Ref. 2024/S000-034773 published 25 October 2024
PACE PIN 5 - Ref. 2024/S000-035234 published 30 October 2024
PACE PIN 6 - Ref. 2024/S 000-040521 published 16 December 2024

To provide context in respect of II.1.6.3 Max. number of lots submitted, for both the Selection Stage and Award Stage the Candidates/Tenderers will be required to submit one (1) single submission only and this submission will apply to Lot 1 and Lot 2. Candidates will be required to provide a preference during the Selection Stage and Sellafield intends to award the highest scoring compliant Tenderer, their preference. In the event that only one (1) compliant Tender has been received, Sellafield may award both Lots to the only compliant Tenderer.

Further to IV.1.3.6 Justification for duration, the maximum 15 year duration is considered necessary due to a number of factors, including:
• The bulk of the Sellafield Ltd operational facilities supported by PACE switch from operations to initial decommissioning by around 2042.
• In the 2030-40 period there are a number of new capability projects required to enable interim decommissioning that will be impacted by any supply chain transition.
• Experience both within Sellafield and across other sectors shows it takes 3-5 years to stabilise performance on a new delivery contract and evolve the delivery environment to fully enable anticipated benefits.
• The strategic and behavioural changes Sellafield is looking for in PACE to drive value will take up to 5 years to start delivering benefit.
• The new capability asset projects can be complex and current design and construction norms show an average delivery schedule of up to 8 years, compared to 4 to 6 years in less complex regulated industrial sectors.
• The investment in the workforce and supply chain Sellafield is looking for is enabled by a longer-term relationship, with direct market feedback that it requires a minimum of 7-8 years arrangement.
• Enable return on investment for the supply chain, making PACE more attractive.
• Supports strategic relationship and collaboration in line with OAS 2040; giving suppliers time to be more knowledgeable about the Sellafield site, supporting continuous improvement, predictable delivery and investment in a complex area.

Sellafield reserves the right to discontinue at any stage any procurement it commences, reject all or any of the bids for the competition and not to appoint any Candidate/Tenderers. Sellafield is subject to the Freedom of Information Act 2000 and the Environmental Information Regulations 2002. The estimated contract value articulated at II.1.5.1 is an estimate only and Sellafield makes no guarantee regarding spend under any Framework, if awarded.

Tenderers must register their interest, obtain further information for this Framework opportunity and submit their tender response via the Nuclear Decommissioning Authority and Sellafield Ltd's E-procurement system, Atamis. This can be found at the following address:

https://one-nda.force.com/s/Welcome

Initial registration of your company is achieved by using the above site and then clicking on "Register Here". The Projects and Asset Care (PACE) package can be found using reference: C8478 within Atamis.

six.4) Procedures for review

six.4.1) Review body

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

rcj.dco@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

six.4.2) Body responsible for mediation procedures

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

rcj.dco@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The review procedure is as provided for in the Public Contracts Regulations 2015.

six.4.4) Service from which information about the review procedure may be obtained

Royal Courts Of Justice

Strand

London

WC2A 2LL

Email

rcj.dco@justice.gov.uk

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice