Notice Information
Notice Title
Options analysis of Supervised Control and Data Acquisition (SCADA) solutions
Notice Description
AWE is looking to engage with the market to understand supplier's capability to support its replacement of a Supervisory Control and Data Acquisition (SCADA) system; to inform the options selection for these requirements.
Lot Information
Lot 1
The Atomic Weapons Establishment (AWE) is an arms-length body of the Ministry of Defence employing around 6,000 people headquartered in Aldermaston, Berkshire. For more than 70 years, AWE has supported the UK Government's nuclear defence strategy and the Continuous At Sea Deterrent. We also use our nuclear know-how and technical expertise to provide innovative solutions that support the UK's counter-terrorism and nuclear threat reduction activities. We work at the extremes of science and engineering to understand the performance of nuclear warheads, and assess the safety, security and effectiveness of the stockpile in the absence of live testing. Remarkable science, technology, engineering, and maths integrate across the lifecycle of the warhead: from initial concept and design to final decommissioning and disposal. Experts in their fields work together in unique and advanced experimental facilities, to perform cutting edge experiments. The current SCADA system (supervised control and data acquisition) software controls the laser systems from alignment to recording the end data post shot. The software integrates and interacts with complicated subsystems, which are not in scope of the change but must be considered when refreshing the control solution. This early market engagement has been initiated to assess options on the market and do a comparative analysis between doing nothing, upgrading the existing solution, procuring a solution, or developing our own capability. The specific output may change dependent on discussion with suppliers and the available information at the time of engagement. At a high level each option will require the below details to inform the decision making. a. Rough order of magnitude costs to deliver solution. b. Outline schedule/timeline to deliver solution. c. Obstacles or issues with delivery that have been identified. i) Outline solutions to identified issues. d. List of assumptions where information was not available. We are looking to identify 3rd party solutions and understand the cost, complexity and benefits of these products relative to the other options available to the business. In issuing this PIN and engaging with the market, the AWE is not committing to conduct any procurement in relation to this Programme. Equally non-participation in this Market Engagement will not be taken into account in any future procurement activities and will not preclude any organisation from submitting a tender in any future competitions.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03b2bf
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/007653-2023
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72000000 - IT services: consulting, software development, Internet and support
72200000 - Software programming and consultancy services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Mar 20232 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 30 May 2023Expired
- 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- AWE PLC
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- aweprocurement@awe.co.uk, sabra.appleton@awe.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- READING, BERKSHIRE
- Postcode
- N/A
- Post Town
- Not specified
- Country
- Not specified
-
- Major Region (ITL 1)
- Not specified
- Basic Region (ITL 2)
- Not specified
- Small Region (ITL 3)
- Not specified
- Delivery Location
- TLJ South East (England)
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-03b2bf-2023-03-16T11:15:30Z",
"date": "2023-03-16T11:15:30Z",
"ocid": "ocds-h6vhtk-03b2bf",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03b2bf",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "Options analysis of Supervised Control and Data Acquisition (SCADA) solutions",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
"mainProcurementCategory": "services",
"description": "AWE is looking to engage with the market to understand supplier's capability to support its replacement of a Supervisory Control and Data Acquisition (SCADA) system; to inform the options selection for these requirements.",
"lots": [
{
"id": "1",
"description": "The Atomic Weapons Establishment (AWE) is an arms-length body of the Ministry of Defence employing around 6,000 people headquartered in Aldermaston, Berkshire. For more than 70 years, AWE has supported the UK Government's nuclear defence strategy and the Continuous At Sea Deterrent. We also use our nuclear know-how and technical expertise to provide innovative solutions that support the UK's counter-terrorism and nuclear threat reduction activities. We work at the extremes of science and engineering to understand the performance of nuclear warheads, and assess the safety, security and effectiveness of the stockpile in the absence of live testing. Remarkable science, technology, engineering, and maths integrate across the lifecycle of the warhead: from initial concept and design to final decommissioning and disposal. Experts in their fields work together in unique and advanced experimental facilities, to perform cutting edge experiments. The current SCADA system (supervised control and data acquisition) software controls the laser systems from alignment to recording the end data post shot. The software integrates and interacts with complicated subsystems, which are not in scope of the change but must be considered when refreshing the control solution. This early market engagement has been initiated to assess options on the market and do a comparative analysis between doing nothing, upgrading the existing solution, procuring a solution, or developing our own capability. The specific output may change dependent on discussion with suppliers and the available information at the time of engagement. At a high level each option will require the below details to inform the decision making. a. Rough order of magnitude costs to deliver solution. b. Outline schedule/timeline to deliver solution. c. Obstacles or issues with delivery that have been identified. i) Outline solutions to identified issues. d. List of assumptions where information was not available. We are looking to identify 3rd party solutions and understand the cost, complexity and benefits of these products relative to the other options available to the business. In issuing this PIN and engaging with the market, the AWE is not committing to conduct any procurement in relation to this Programme. Equally non-participation in this Market Engagement will not be taken into account in any future procurement activities and will not preclude any organisation from submitting a tender in any future competitions.",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72200000",
"description": "Software programming and consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKJ"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2023-05-31T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "email - sabra.appleton@awe.co.uk"
},
"newValue": {
"text": "AWEProcurement@awe.co.uk"
},
"where": {
"section": "I.1"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-77486",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"locality": "Reading, Berkshire",
"region": "UKJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Sabra.Appleton@awe.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.awe.co.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-77639",
"name": "AWE Plc",
"identifier": {
"legalName": "AWE Plc"
},
"address": {
"locality": "Reading, Berkshire",
"region": "UK",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "AWEProcurement@awe.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.awe.co.uk"
}
}
],
"buyer": {
"id": "GB-FTS-77639",
"name": "AWE Plc"
},
"language": "en"
}