Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Project and Asset Care Execution (PACE)

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04c888
Published by:
Sellafield Limited
Authority ID:
AA56043
Publication date:
12 March 2025
Deadline date:
24 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.<br/><br/>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:<br/><br/>• Design, procurement, installation, modifications and commissioning of plant and equipment, and their dismantlement and removal;<br/>• Asset care and support activities; and<br/>• Integrated project controls and project management.<br/><br/>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:<br/>• Lot 1 – PACE Partner (SFM)<br/>• Lot 2 - PACE Partner (SNM)<br/><br/>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.<br/><br/>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.<br/><br/>Sellafield gives no guarantee as to the actual spend.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Sellafield Limited

1002607

Calder Bridge

Seascale

CA20 1PG

UK

Contact person: PACE Competition Team

E-mail: kenneth.webster@sellafieldsites.com

NUTS: UKD11

Internet address(es)

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

Address of the buyer profile: https://www.gov.uk/government/organisations/sellafield-ltd

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Nuclear Decommissioning

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Project and Asset Care Execution (PACE)

Reference number: C8478

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.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.<br/><br/>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:<br/><br/>• Design, procurement, installation, modifications and commissioning of plant and equipment, and their dismantlement and removal;<br/>• Asset care and support activities; and<br/>• Integrated project controls and project management.<br/><br/>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:<br/>• Lot 1 – PACE Partner (SFM)<br/>• Lot 2 - PACE Partner (SNM)<br/><br/>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.<br/><br/>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.<br/><br/>Sellafield gives no guarantee as to the actual spend.

II.1.5) Estimated total value

Value excluding VAT: 3 600 000 000.00  GBP

II.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

II.2) Description

Lot No: Lot 1

II.2.1) Title

Lot 1 - PACE Partner (SFM)

II.2.2) Additional CPV code(s)

45000000

22314000

79933000

71541000

71322000

50000000

43320000

45111200

42000000

71500000

45351000

71321000

45100000

45200000

45213250

45260000

45220000

44421722

45222110

45210000

45315100

71313410

II.2.3) Place of performance

NUTS code:

UKD11


Main site or place of performance:

Sellafield

II.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. <br/><br/>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.<br/><br/>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.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 2 076 000 000.00  GBP

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

Start: 18/12/2026

End: 18/12/2041

This contract is subject to renewal: No

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

Envisaged minimum number: 6

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union funds

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

Lot No: Lot 2

II.2.1) Title

Lot 2 - PACE Partner (SNM)

II.2.2) Additional CPV code(s)

45000000

45111200

45213250

45100000

45222110

45315100

45200000

50000000

22314000

42000000

43320000

71500000

45260000

79933000

44421722

71322000

45210000

71321000

45220000

45351000

71541000

71313410

II.2.3) Place of performance

NUTS code:

UKD11


Main site or place of performance:

Sellafield

II.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.<br/><br/>The term Special Nuclear Materials (SNM) refers to uranium and plutonium compounds.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: 1 500 000 000.00  GBP

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

Start: 18/12/2026

End: 18/12/2041

This contract is subject to renewal: No

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

Envisaged minimum number: 6

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union funds

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

III.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:<br/>- Section 15 Procurement Specific Matters; and <br/>- Appendix A8 Minimum Turnover Threshold Test.


III.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.


III.2) Conditions related to the contract

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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

The procurement involves the establishment of a framework agreement with a single operator.

Justification for any framework agreement 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.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-040521

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

Date: 24/04/2025

Local time: 11:00

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

Date: 15/08/2025

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

EN

IV.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 VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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.<br/><br/>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.<br/><br/>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.<br/><br/>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.<br/><br/>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:<br/>PACE PIN 1 - Ref. 2024/S000-000821 published 10 January 2024<br/>PACE PIN 2 - Ref. 2024/S000-010319 published 28 March 2024<br/>PACE PIN 3 - Ref. 2024/S000-020650 published 5 July 2024<br/>PACE PIN 4 - Ref. 2024/S000-033194 published 15 October 2024<br/>PACE PIN 4A - Ref. 2024/S000-034773 published 25 October 2024<br/>PACE PIN 5 - Ref. 2024/S000-035234 published 30 October 2024<br/>PACE PIN 6 - Ref. 2024/S 000-040521 published 16 December 2024<br/><br/>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.<br/><br/>Further to IV.1.3.6 Justification for duration, the maximum 15 year duration is considered necessary due to a number of factors, including: <br/>• The bulk of the Sellafield Ltd operational facilities supported by PACE switch from operations to initial decommissioning by around 2042.<br/>• 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.<br/>• 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.<br/>• The strategic and behavioural changes Sellafield is looking for in PACE to drive value will take up to 5 years to start delivering benefit.<br/>• 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.<br/>• 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.<br/>• Enable return on investment for the supply chain, making PACE more attractive.<br/>• 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.<br/><br/>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. <br/><br/>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:<br/><br/>https://one-nda.force.com/s/Welcome<br/><br/>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.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts Of Justice

Strand

London

WC2A 2LL

UK

E-mail: rcj.dco@justice.gov.uk

Internet address(es)

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

VI.4.2) Body responsible for mediation procedures

Royal Courts Of Justice

Strand

London

WC2A 2LL

UK

E-mail: rcj.dco@justice.gov.uk

Internet address(es)

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

VI.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.

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

Royal Courts Of Justice

Strand

London

WC2A 2LL

UK

E-mail: rcj.dco@justice.gov.uk

Internet address(es)

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

VI.5) Date of dispatch of this notice

12/02/2025

Coding

Commodity categories

ID Title Parent category
45210000 Building construction work Works for complete or part construction and civil engineering work
43320000 Construction equipment Construction machinery and equipment
71541000 Construction project management services Construction management services
45000000 Construction work Construction and Real Estate
45213250 Construction work for industrial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
71500000 Construction-related services Architectural, construction, engineering and inspection services
79933000 Design support services Specialty design services
22314000 Designs Postcards
45315100 Electrical engineering installation works Electrical installation work of heating and other electrical building-equipment
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
71322000 Engineering design services for the construction of civil engineering works Engineering design services
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
42000000 Industrial machinery Technology and Equipment
45351000 Mechanical engineering installation works Mechanical installations
50000000 Repair and maintenance services Other Services
71313410 Risk or hazard assessment for construction Environmental engineering consultancy services
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
44421722 Safety cases Armoured or reinforced safes, strongboxes and doors
45111200 Site preparation and clearance work Demolition, site preparation and clearance work
45100000 Site preparation work Construction work
45222110 Waste disposal site construction work Construction work for engineering works except bridges, tunnels, shafts and subways
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
kenneth.webster@sellafieldsites.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.