Planning

Project and Asset Care Execution (PACE)

SELLAFIELD LTD

This public procurement record has 1 release in its history.

Planning

10 Jan 2024 at 14:42

Summary of the contracting process

The buying organization involved in the planned procurement process is Sellafield Ltd, a public body based in Warrington, United Kingdom. The procurement is titled "Project and Asset Care Execution (PACE)" and falls under the construction works category. The intended location for the project is the Sellafield Site in Cumbria. This procurement, at the planning stage, involves the initiation of market engagement activities for the upcoming PACE contract opportunity, which aims to maintain and enhance asset condition across operational nuclear facilities. The project is estimated to have a value of £2.4 billion.

This tender for the Project and Asset Care Execution (PACE) contract opportunity provides a significant business growth prospect for companies with expertise in construction works, asset care, and project management within nuclear facilities. Businesses specialising in civil works, mechanical works, electrical works, and project management services are well-suited to compete for various work packages under the PACE contract. The proposed 15-year framework offers an opportunity for sustainable investment in technologies and workforce training to support the delivery of complex projects at the Sellafield site, making it an attractive proposition for organisations seeking long-term contractual engagements.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Project and Asset Care Execution (PACE)

Notice Description

This Prior Information Notice (PIN), without call for competition, is to alert the market that Sellafield Ltd intends to commence market engagement activity for the forthcoming Project and Asset Care Execution (PACE) Contract Opportunity. <br/><br/>PACE will be the successor to the Integrated Asset Care (IAC) framework and 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. <br/><br/>As a result of this PIN and as part of the market engagement activity, Sellafield Ltd is seeking to obtain feedback on the proposed different contracting strategy delivery models, which use a varying number of Integrated Delivery Partners and the proposed long 15 year contract terms duration, that are currently under consideration, as set out in the supporting PACE PIN 1 Market Engagement Information document shared via Atamis, as referred to in II.2.14.1 Additional Information.<br/><br/>Interested parties can provide their feedback on the proposed contracting strategy delivery models and contract term duration by completing a PACE Request for Information (RfI) template which can be obtained from, and when completed submitted via Atamis, as referred to in II.2.14.1 Additional Information.

Lot Information

Lot 1

The main 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 up to a maximum 15-year framework, with an optional break point at year 9. The proposed extended contract term duration reflects the mobilisation and ramp up involved in building up the required expertise in the access, security and safe working requirements associated with the complex working arrangements at the Sellafield site. The extended contract term duration is also considered necessary to provide potential suppliers with the confidence to sustainably invest in technologies and in training their workforce to provide them with the critical skills needed to support delivery of the potentially complex work.
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 of the work package categories for the maximum duration of 15 years is PS2,400,000,000 (PS2,400m). 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.

Once you have registered on Atamis, you can access using the record reference C17465, the PACE PIN 1 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 on our proposed delivery models and proposed contract term duration, you should again 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 RfI's should be returned at the earliest opportunity and preferably by 12:00 on Tuesday 23rd January 2024.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-042c14
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/000821-2024
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

45100000 - Site preparation work

Notice Value(s)

Tender Value
£2,400,000,000 £1B-£10B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Jan 20242 years ago
Submission Deadline
Not specified
Future Notice Date
2 Oct 2024Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SELLAFIELD LTD
Contact Name
Kenneth Webster
Contact Email
kenneth.webster@sellafieldsites.com
Contact Phone
Not specified

Buyer Location

Locality
WARRINGTON
Postcode
WA3 6GR
Post Town
Warrington
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD6 Cheshire
Small Region (ITL 3)
TLD61 Warrington
Delivery Location
TLD11 West Cumbria

Local Authority
Warrington
Electoral Ward
Birchwood
Westminster Constituency
Warrington North

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-042c14-2024-01-10T14:42:52Z",
    "date": "2024-01-10T14:42:52Z",
    "ocid": "ocds-h6vhtk-042c14",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-042c14",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Project and Asset Care Execution (PACE)",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "This Prior Information Notice (PIN), without call for competition, is to alert the market that Sellafield Ltd intends to commence market engagement activity for the forthcoming Project and Asset Care Execution (PACE) Contract Opportunity. <br/><br/>PACE will be the successor to the Integrated Asset Care (IAC) framework and 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. <br/><br/>As a result of this PIN and as part of the market engagement activity, Sellafield Ltd is seeking to obtain feedback on the proposed different contracting strategy delivery models, which use a varying number of Integrated Delivery Partners and the proposed long 15 year contract terms duration, that are currently under consideration, as set out in the supporting PACE PIN 1 Market Engagement Information document shared via Atamis, as referred to in II.2.14.1 Additional Information.<br/><br/>Interested parties can provide their feedback on the proposed contracting strategy delivery models and contract term duration by completing a PACE Request for Information (RfI) template which can be obtained from, and when completed submitted via Atamis, as referred to in II.2.14.1 Additional Information.",
        "value": {
            "amount": 2400000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The main 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:<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/>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: <br/>- Jobs, small work content and short duration such as asset repairs; <br/>- Tasks, medium work content and duration such as an asset replacement;<br/>- Minor Projects, complex work involving multi disciplines such as the replacement of a series of assets ; and <br/>- Gated Projects, high value complex work involving multi disciplines, such as the installation of new types of assets. <br/>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:<br/>- Civil works, including roofing, painting, fencing, roads and paths etc; <br/>- Mechanical works, including heating and ventilation, pipework, steelwork etc;<br/>- Electrical works, including building lighting, alarm systems, instrumentation etc; and<br/>- Project works, including Project, Contract & Cost Management etc. <br/>The proposed strategy for the agreement duration is up to a maximum 15-year framework, with an optional break point at year 9. The proposed extended contract term duration reflects the mobilisation and ramp up involved in building up the required expertise in the access, security and safe working requirements associated with the complex working arrangements at the Sellafield site. The extended contract term duration is also considered necessary to provide potential suppliers with the confidence to sustainably invest in technologies and in training their workforce to provide them with the critical skills needed to support delivery of the potentially complex work. <br/>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 of the work package categories for the maximum duration of 15 years is PS2,400,000,000 (PS2,400m). 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 . <br/><br/>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. <br/><br/>Once you have registered on Atamis, you can access using the record reference C17465, the PACE PIN 1 Market Engagement Information and the PACE RfI template documents referred to in II.1.4.1 Short Description above. <br/> <br/>If you are interested in providing feedback on our proposed delivery models and proposed contract term duration, you should again 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 RfI's should be returned at the earliest opportunity and preferably by 12:00 on Tuesday 23rd January 2024.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45100000",
                        "description": "Site preparation work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD11"
                    }
                ],
                "deliveryLocation": {
                    "description": "Sellafield Site"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2024-10-03T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-69074",
            "name": "Sellafield Ltd",
            "identifier": {
                "legalName": "Sellafield Ltd"
            },
            "address": {
                "streetAddress": "Hinton House, Birchwood Park Avenue",
                "locality": "Warrington",
                "region": "UKD1",
                "postalCode": "WA36GR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Kenneth Webster",
                "email": "kenneth.webster@sellafieldsites.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/sellafield-ltd",
                "buyerProfile": "https://www.gov.uk/government/organisations/sellafield-ltd",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Nuclear Decommissioning"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-69074",
        "name": "Sellafield Ltd"
    },
    "language": "en"
}