Section one: Contracting authority
one.1) Name and addresses
Sellafield Ltd
West Cumbria House, Jubilee Road
Workington
CA14 4HB
Contact
Marie Oglanby
marie.oglanby@sellafieldsites.com
Country
United Kingdom
Region code
UKD11 - West 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 4A)
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 4 (PIN 4A), 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.
Following extensive feedback from those organisations that have registered their interest in PACE (Projects and Asset Care Execution) on ATAMIS and through PINs, we are aware that many companies are looking for suitable partners to work with, or jointly bid, on this tender and subsequent delivery if successful.
In some cases, this is due to the size of the opportunity proposed and the breadth of capabilities required for PACE.
This is an opportunity for members of the supply chain to develop relationships well before tender release to enable a more attractive bid to be submitted.
Although SL cannot recommend any specific partnership or relationship, we have decided to offer two independent services to aid the matchmaking between companies that can take advantage of one or both services:
1) List a supplier capability advert for networking:
• For a registered company to display a short notice detailing their capabilities / specialisms.
• SL will collate a list to be available for registered suppliers to view on Atamis.
• The template to be completed includes a description of the company, capabilities/specialisms, and contact details. Note, this listing will contain a maximum of 50 words and will be available for any registered supplier to view on Atamis using the record reference C17465.
2) Register to join a personalised matchmaking search:
• Sellafield Ltd (SL) is supporting a personalised matchmaking service that will be provided by epi Consulting (nuclear), our contractor for this service.
• Companies will need to complete a short electronic form on ATAMIS with details of size, specialisms and the type of partner required.
• epi will endeavour to establish ‘potential matches’ and then circulate them to both parties.
• We encourage all suppliers who wish to take part, to fill in the electronic form as soon as possible so that the first ‘matches’ can be issued shortly afterwards.
• Updates will be provided on a regular basis.
Please note –
• This is an optional service.
• The personalised matchmaking service is to be run independently by epi Consulting (nuclear) on behalf of Sellafield Ltd.
• No benefit or advantage will be given to any organisation that chooses to be involved (or not) in terms of consideration of bids for PACE Procurement.
• The service aims to connect organisations, however following sharing of contact information it is the responsibility of the organisations to make this successful.
• Further opportunity for networking at the PACE Market Engagement Event on Thursday 14th November 2024.
Previous PIN information can be viewed using the following reference numbers:
• PIN 1 reference 2024/S 000-000821;
• PIN 2 reference 2024/S 000-010319
• PIN 3 reference 2024/S 000-020650; and
• PIN 4 reference 2024/S 000-033194
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
- 45220000 - Engineering works and construction works
- 45300000 - Building installation work
- 45400000 - Building completion work
- 50700000 - Repair and maintenance services of building installations
- 50000000 - Repair and maintenance services
- 45260000 - Roof works and other special trade construction works
- 71500000 - Construction-related services
- 45200000 - Works for complete or part construction and civil engineering work
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 a 9+6 framework up to a maximum 15-year term.
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 .
If you are not already registered on Atamis, then you will need to register first using the link above. Once registered you can access all PIN information using the record reference C17465 PACE Market Engagement Information including access to further, and supporting, information for the PIN 4A PACE Matchmaking Opportunity.
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.
two.3) Estimated date of publication of contract notice
25 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