Procurement

Design Support Provider

  • Sellafield Limited

Procurement identifier (OCID): ocds-h6vhtk-051363

Description

Sellafield Ltd plan to call for competition under Lot 8 of the new Crown Commercial Services RM6356 Construction Professional Services 2 (CPS2) Framework Agreement that is due to go live in April 2026. Sellafield Ltd. anticipates the call for competition commencing in April 2026.

Design support is a critical enabler to the Sellafield Ltd mission. Delivery of design engineering and safety case support services are essential to the Sellafield decommissioning mission covering new assets, asset care, retrievals, and remediation projects. It will support the intelligent customer function for the other delivery models and provide early-stage client support to conclude the most appropriate point to commence scope transfer (i.e. value transition point).

The contracts will deliver a design scope associated with the provision of Intelligent Customer (IC) oversight and niche nuclear design and safety case specialisms for the Sellafield Ltd Enterprise.

The scope established to support the Sellafield enterprise aligns to capability provision. At the primary level it aligns to:

• Client support - IC design support and independent capabilities, including early front-end design and studies support (pre-value transition point)

• Operational support - providing a design and safety case provision to operational nuclear facilities, often needed quickly and with integrated working and on plant access. Value is realised through responsiveness to plant scenarios, minimising equipment downtime and reducing the need for replacement systems with associated Capital Departmental Expenditure Limit(CDEL) expenditure.

• Safety case and specialist nuclear capability - supplements existing internal capabilities and focuses on enabling access to specialist skills that otherwise wouldn't be sustainable as part of full lifecycle delivery models.

The competition will be managed as ten procurements based on scope aligned to different areas of the business. They will be undertaken in three tranches:

Tranche 1

1. Contract 1 - Design support to Plant-Facing Design Office (PFDO) civil, structural and architectural

2. Contract 2 - Design support to PFDO multi-discipline mechanical, electrical and instrumentation

3. Contract 3 - Design support to PFDO manufactured products

4. Contract 4 - Design support to PFDO process

Tranche 2

5. Contract 5 - Design support to Site project office client

6. Contract 6 - Design support to Remediation / legacy projects

7. Contract 7 - Design support to Retrievals client

8. Contract 8 - Design support to Studies and engineering capability

Tranche 3

9. Contract 9 - Design support to Infrastructure front-end enabling

10. Contract 10 - Design support to Safety case

Tenderers can bid for all contracts. If a supplier bids for all contracts, the intention is to restrict award to four (4) contracts, to enable a resilient supply chain. Suppliers who are approved on Lot 8 and wish to submit bids for five(5) or more contracts of this procurement, will be required to state a 'Preferred Contracts' in the event they are scored highest on both bids.

The proposed duration for contracts is four (4) years, with no opportunity to extend for a further.

Notices

UK2: Preliminary market engagement notice

Notice identifier
2025/S 000-075370
Published
19 November 2025, 4:05pm

UK1: Pipeline notice

Notice identifier
2025/S 000-021371
Published
14 May 2025, 3:13pm