Section one: Contracting authority
one.1) Name and addresses
Sellafield Limited
Sir Christopher Harding House, Vertex Centre, North Shore Road
Whitehaven, Cumbria
CA28 7XY
Contact
Tracy Tuck
tracy.d.tuck@sellafieldsites.com
Country
United Kingdom
Region code
UK - United Kingdom
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 6) Market Engagement
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 6 (PIN 6), 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.
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
• PIN 4 reference 2024/S 000-033194
• PIN 4A reference 2024/S 000-034773; and
• PIN 5 reference 2024/S 000-035234
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 sixth PIN and as part of the ongoing market engagement activity, Sellafield Ltd is to provide information to the market in relation to the PACE opportunity, this includes the Functional Specification and Scope of Work; output from the Market Engagement Event held on 14th November 2024; and updates in relation to the incentivisation model / further areas of interest from PIN 5. 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 PIN 6 by completing a PACE Request for Information (RfI) template which can be obtained from Atamis, 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)
- 71500000 - Construction-related services
- 50000000 - Repair and maintenance services
- 45260000 - Roof works and other special trade construction works
- 45300000 - Building installation work
- 45200000 - Works for complete or part construction and civil engineering work
- 45400000 - Building completion work
- 45220000 - Engineering works and construction works
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKD11 - West Cumbria
Main site or place of performance
Sellafield Ltd 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).
NOTE: Information about lots (II.1.6) states "This contract is divided into lots: No". Please note that the contract will be divided into 2 Lots (Lot 1 - SFM and Lot 2 - SNM) and will be reflected as lots in the publication of the Contract Notice.
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 6 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, you should 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 10th January 2025.
two.3) Estimated date of publication of contract notice
16 December 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
Section six. Complementary information
six.3) Additional information
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 .