Future opportunity

Project and Asset Care Execution (PACE) (PIN 2)

  • Sellafield Ltd

F01: Prior information notice (prior information only)

Notice reference: 2024/S 000-010319

Published 28 March 2024, 2:16pm



Section one: Contracting authority

one.1) Name and addresses

Sellafield Ltd

Hinton House, Birchwood Park Avenue

Warrington

WA36GR

Contact

Kenneth Webster

Email

kenneth.webster@sellafieldsites.com

Country

United Kingdom

NUTS code

UKD1 - Cumbria

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

Additional information can be obtained from 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) (PIN 2)

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

This Prior Information Notice 2 (PIN 2), without call for competition, is to alert the market that Sellafield Ltd is continuing with market engagement activity for the forthcoming Project and Asset Care Execution (PACE) Contract Opportunity. This PIN 2 supplements the previous PIN 1 reference 2024/S 000-000821.

PACE will be the successor to the Integrated Asset Care (IAC) framework, which will maintain asset condition, and will provide new asset capabilities when needed, at the Sellafield Site in Cumbria. PACE will not be a like for like replacement for IAC, but will build upon the existing IAC framework by including, higher value gated projects and design capability to deliver asset care for a scope of work, which includes jobs, tasks and projects in operational nuclear facilities in radiologically controlled areas.

As a result of this second PIN and as part of the ongoing market engagement activity, Sellafield Ltd is seeking to obtain feedback on the proposed contract models that are under consideration, in order to understand the position of the market and identify any key issues that the market may perceive with what is being proposed, these are set out in the supporting PACE PIN Market Engagement Information document shared via Atamis, as referred to in II.2.14.1 Additional Information.

Interested parties can provide their feedback on the proposed contract model construct types by completing a PACE Request for Information (RfI) template which can be obtained from, and when completed submitted via Atamis, as referred to in II.2.14.1 Additional Information.

two.1.5) Estimated total value

Value excluding VAT: £2,400,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45100000 - Site preparation work
  • 50700000 - Repair and maintenance services of building installations
  • 45300000 - Building installation work
  • 50000000 - Repair and maintenance services
  • 45400000 - Building completion work
  • 45260000 - Roof works and other special trade construction works
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45220000 - Engineering works and construction works
  • 71500000 - Construction-related services

two.2.3) Place of performance

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

Sellafield site, Cumbria.

two.2.4) Description of the procurement

The scope for PACE will be to deliver jobs, tasks and projects in nuclear facilities within the Spent Fuel Management (SFM) and Special Nuclear Materials (SNM) areas, but with the potential to deliver jobs and tasks across any onsite nuclear facility where needed. The majority of the work will take place in operational nuclear facilities and in radiologically controlled areas. 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.

The delivery of the scope will be via the placement of packages of work that vary in size and complexity. With the description provided as high level examples only, these work packages are categorised as follows:
- Jobs, small work content and short duration such as asset repairs;
- Tasks, medium work content and duration such as an asset replacement;
- Minor Projects, complex work involving multi disciplines such as the replacement of a series of assets ; and
- Gated Projects, high value complex work involving multi disciplines, such as the installation of new types of assets.
With the description provided again as high level examples only, the capabilities that will be required fit broadly into the following work disciplines and service types:
- Civil works, including roofing, painting, fencing, roads and paths etc;
- Mechanical works, including heating and ventilation, pipework, steelwork etc;
- Electrical works, including building lighting, alarm systems, instrumentation etc; and
- Project works, including Project, Contract & Cost Management etc.
The proposed strategy for the agreement duration is up to a maximum 15-year framework, with an optional break point at year 9.
The value of the work will be subject to ongoing governance and approval on an annual basis, but for planning purposes the mid-range estimate of the anticipated framework value across all the work package categories for the maximum duration of 15 years is £2,400,000,000 (£2,400m).

two.2.14) Additional information

As referenced to in I.3) Communication, the market engagement activity will be managed via the shared service Nuclear Decommissioning Authority (NDA) OneNDA eCommercial Systems powered by Atamis (Atamis), which can be accessed via the URL https://atamis-2464.my.site.com/s/Welcome .

Along with the issue of further PIN’s going forward, Atamis will be used to facilitate and provide details of further Market Engagement activity that we intend to use going forward such as webinars, face to face and further RfI requests. It is therefore important that interested organisations monitor Contracts Finder, the Find a Tender Service and Atamis for further PIN’s and market engagement activities relating to the PACE Contract Opportunity.

If you are not already registered on Atamis, you can access using the record reference C17465, the PACE PIN Market Engagement Information and the PACE RfI template documents referred to in II.1.4.1 Short Description above.

If you are interested in providing feedback on our proposed contract model construct types to, you should again access Atamis using record reference C17465 and upload and return your completed RfI template by attaching it to a message using the ‘New Messages’ functionality. Completed RfIs should be returned at the earliest opportunity and preferably by 12:00 on Friday 12th April 2024.

two.3) Estimated date of publication of contract notice

21 October 2024


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: Yes