Tender

Project and Asset Care Execution (PACE)

SELLAFIELD LIMITED

This public procurement record has 2 releases in its history.

Tender

12 Feb 2025 at 13:22

Planning

16 Dec 2024 at 17:55

Summary of the contracting process

Sellafield Limited is currently in the tender stage for the Project and Asset Care Execution (PACE) arrangements, which will replace the Integrated Asset Care Framework expiring in July 2027. This procurement focuses on the construction industry category, specifically related to asset care and maintenance within Sellafield's nuclear facilities in Cumbria (UKD11). The PACE Framework is a major opportunity valued between £1.9 billion and £3.6 billion over a potential 15-year contract period, split into two Lots: Lot 1 for Spent Fuel Management (SFM) and Lot 2 for Special Nuclear Materials (SNM). The tender submission deadline is 24th April 2025, and candidates must register their interest and submit their responses electronically through the Atamis E-procurement system. The framework duration is initially nine years, with the possibility of a six-year extension.

This tender presents significant growth opportunities for businesses within the construction and engineering sectors, particularly those specialising in nuclear facility projects, asset maintenance, and mechanical and electrical services. By becoming a PACE partner, businesses can secure long-term contracts and collaborate closely with Sellafield, fostering innovation and strategic relationships. Firms with expertise in multi-disciplinary projects, asset care, project management, and those capable of handling high-value, complex projects will be well-suited to compete for this contract. This framework is designed to drive value and enhance supplier investment, making it an attractive proposition for businesses seeking to expand their footprint in the nuclear decommissioning sector.

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

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 PS1.9bn to PS3.6bn (inflated) across the 15 year duration, with PS2.4bn being the mid-point based on the anticipated scope and volume.<br/><br/>Sellafield gives no guarantee as to the actual spend.

Lot Information

Lot 1

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 PS2,400,000,000 (PS2,400m).

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. 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.

Lot 1 - PACE Partner (SFM)

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.

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.

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.

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.

Lot 2 - PACE Partner (SNM)

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.

The term Special Nuclear Materials (SNM) refers to uranium and plutonium compounds.

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04c888
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/004725-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

22 - Printed matter and related products

42 - Industrial machinery

43 - Machinery for mining, quarrying, construction equipment

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

22314000 - Designs

42000000 - Industrial machinery

43320000 - Construction equipment

44421722 - Safety cases

45000000 - Construction work

45100000 - Site preparation work

45111200 - Site preparation and clearance work

45200000 - Works for complete or part construction and civil engineering work

45210000 - Building construction work

45213250 - Construction work for industrial buildings

45220000 - Engineering works and construction works

45222110 - Waste disposal site construction work

45260000 - Roof works and other special trade construction works

45300000 - Building installation work

45315100 - Electrical engineering installation works

45351000 - Mechanical engineering installation works

45400000 - Building completion work

50000000 - Repair and maintenance services

50700000 - Repair and maintenance services of building installations

71313410 - Risk or hazard assessment for construction

71321000 - Engineering design services for mechanical and electrical installations for buildings

71322000 - Engineering design services for the construction of civil engineering works

71500000 - Construction-related services

71541000 - Construction project management services

79933000 - Design support services

Notice Value(s)

Tender Value
£3,600,000,000 £1B-£10B
Lots Value
£3,576,000,000 £1B-£10B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
12 Feb 20251 years ago
Submission Deadline
24 Apr 2025Expired
Future Notice Date
16 Dec 2024Expired
Award Date
Not specified
Contract Period
18 Dec 2026 - 18 Dec 2041 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SELLAFIELD LIMITED
Contact Name
PACE Competition Team, Tracy Tuck
Contact Email
kenneth.webster@sellafieldsites.com, tracy.d.tuck@sellafieldsites.com
Contact Phone
Not specified

Buyer Location

Locality
WHITEHAVEN, CUMBRIA
Postcode
CA28 7XY
Post Town
Carlisle
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD1 Cumbria
Small Region (ITL 3)
TLD13 Cumberland
Delivery Location
TLD11 West Cumbria

Local Authority
Cumberland
Electoral Ward
Gosforth
Westminster Constituency
Whitehaven and Workington

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-04c888-2025-02-12T13:22:39Z",
    "date": "2025-02-12T13:22:39Z",
    "ocid": "ocds-h6vhtk-04c888",
    "description": "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 PS1.9bn-PS3.6bn 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.",
    "initiationType": "tender",
    "tender": {
        "id": "C8478",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Project and Asset Care Execution (PACE)",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "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 PS1.9bn to PS3.6bn (inflated) across the 15 year duration, with PS2.4bn being the mid-point based on the anticipated scope and volume.<br/><br/>Sellafield gives no guarantee as to the actual spend.",
        "value": {
            "amount": 3600000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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:<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/><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/><br/>The proposed strategy for the agreement duration is a 9+6 framework up to a maximum 15-year term. <br/><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 the work package categories for the maximum duration of 15 years is PS2,400,000,000 (PS2,400m).<br/><br/>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. 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/>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. <br/> <br/>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.",
                "status": "planned"
            },
            {
                "id": "Lot 1",
                "title": "Lot 1 - PACE Partner (SFM)",
                "description": "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.",
                "value": {
                    "amount": 2076000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2026-12-18T00:00:00Z",
                    "endDate": "2041-12-18T23:59:59Z"
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "active"
            },
            {
                "id": "Lot 2",
                "title": "Lot 2 - PACE Partner (SNM)",
                "description": "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.",
                "value": {
                    "amount": 1500000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2026-12-18T00:00:00Z",
                    "endDate": "2041-12-18T23:59:59Z"
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45260000",
                        "description": "Roof works and other special trade construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45300000",
                        "description": "Building installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45400000",
                        "description": "Building completion work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45220000",
                        "description": "Engineering works and construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD11"
                    }
                ],
                "deliveryLocation": {
                    "description": "Sellafield Ltd Site, Cumbria"
                },
                "relatedLot": "1"
            },
            {
                "id": "Lot 1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "22314000",
                        "description": "Designs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79933000",
                        "description": "Design support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "43320000",
                        "description": "Construction equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111200",
                        "description": "Site preparation and clearance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42000000",
                        "description": "Industrial machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45351000",
                        "description": "Mechanical engineering installation works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71321000",
                        "description": "Engineering design services for mechanical and electrical installations for buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45100000",
                        "description": "Site preparation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213250",
                        "description": "Construction work for industrial buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45260000",
                        "description": "Roof works and other special trade construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45220000",
                        "description": "Engineering works and construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44421722",
                        "description": "Safety cases"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45222110",
                        "description": "Waste disposal site construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45315100",
                        "description": "Electrical engineering installation works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313410",
                        "description": "Risk or hazard assessment for construction"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD11"
                    }
                ],
                "deliveryLocation": {
                    "description": "Sellafield"
                },
                "relatedLot": "Lot 1"
            },
            {
                "id": "Lot 2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111200",
                        "description": "Site preparation and clearance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45213250",
                        "description": "Construction work for industrial buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45100000",
                        "description": "Site preparation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45222110",
                        "description": "Waste disposal site construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45315100",
                        "description": "Electrical engineering installation works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "22314000",
                        "description": "Designs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42000000",
                        "description": "Industrial machinery"
                    },
                    {
                        "scheme": "CPV",
                        "id": "43320000",
                        "description": "Construction equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45260000",
                        "description": "Roof works and other special trade construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79933000",
                        "description": "Design support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44421722",
                        "description": "Safety cases"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71322000",
                        "description": "Engineering design services for the construction of civil engineering works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71321000",
                        "description": "Engineering design services for mechanical and electrical installations for buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45220000",
                        "description": "Engineering works and construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45351000",
                        "description": "Mechanical engineering installation works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313410",
                        "description": "Risk or hazard assessment for construction"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD11"
                    }
                ],
                "deliveryLocation": {
                    "description": "Sellafield"
                },
                "relatedLot": "Lot 2"
            }
        ],
        "communication": {
            "futureNoticeDate": "2024-12-16T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 1
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://one-nda.force.com/s/Welcome",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Against the criteria as stated in the procurement pack accessed on Atamis.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "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."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1,
                "periodRationale": "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."
            }
        },
        "tenderPeriod": {
            "endDate": "2025-04-24T11:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2025-08-15T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 720
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "The review procedure is as provided for in the Public Contracts Regulations 2015."
    },
    "parties": [
        {
            "id": "GB-FTS-125052",
            "name": "Sellafield Limited",
            "identifier": {
                "legalName": "Sellafield Limited"
            },
            "address": {
                "streetAddress": "Sir Christopher Harding House, Vertex Centre, North Shore Road",
                "locality": "Whitehaven, Cumbria",
                "region": "UK",
                "postalCode": "CA28 7XY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Tracy Tuck",
                "email": "tracy.d.tuck@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"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-66487",
            "name": "Sellafield Limited",
            "identifier": {
                "legalName": "Sellafield Limited",
                "id": "1002607"
            },
            "address": {
                "streetAddress": "Calder Bridge",
                "locality": "Seascale",
                "region": "UKD11",
                "postalCode": "CA20 1PG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "PACE Competition Team",
                "email": "kenneth.webster@sellafieldsites.com",
                "url": "http://one-nda.force.com/s/Welcome"
            },
            "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"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-6953",
            "name": "Royal Courts Of Justice",
            "identifier": {
                "legalName": "Royal Courts Of Justice"
            },
            "address": {
                "streetAddress": "Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "rcj.dco@justice.gov.uk"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ],
            "details": {
                "url": "https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-66487",
        "name": "Sellafield Limited"
    },
    "language": "en"
}