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