Planning

Front-End Delivery (FED) (Infrastructure) Services Framework Agreement

AWE PLC

This public procurement record has 1 release in its history.

Planning

02 May 2023 at 10:53

Summary of the contracting process

The buying organisation AWE PLC is planning to establish a Framework Agreement for Front-End Delivery (FED) (Infrastructure) Services, primarily in the engineering design services category. The contract is expected to have a value of approximately £18.7m and will last for a maximum of 4 years. This tender is at the planning stage, with an Expression of Interest deadline of 19/05/2023 and a potential start date of the award period on 19/07/2023. The contract aims to improve the reliability, availability, and maintenance of AWE infrastructure, offering opportunities for suppliers with experience in linear project lifecycles and relevant safety regulations.

Businesses with expertise in architectural services, engineering services, urban planning, landscape engineering, and scientific consulting services are well-suited to compete for this opportunity. The procurement process involves pre-market engagement with interested suppliers, with AWE PLC seeking expressions of interest by 19/05/2023. Successful suppliers will enter into a multi-supplier framework agreement, where subsequent call-off contracts will be based on further competition or direct award mechanisms. Companies interested in delivering infrastructure projects and meeting AWE's Supplier Assurance expectations can engage with AWE to potentially enhance their business growth through this framework contract.

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

Front-End Delivery (FED) (Infrastructure) Services Framework Agreement

Notice Description

AWE Plc ("AWE") is seeking expressions of interest for pre-market engagement for the establishment of a Framework Agreement for Front-End delivery services for various infrastructure projects, such as HVAC, gas pipework, hot/chilled water services, storage, workshop upgrades, and other civils / structural related projects. This framework agreement shall be awarded utilising the NEC4 Framework Agreement model with Professional Services Contract (PSC) call off contract terms included. It is envisaged that the Framework Agreement shall be for a maximum term of 4 years (based on a minimum term of 2 years, with an option to extend for up to a further 2 years at AWE's discretion). The Framework Agreement is expected to have a value of circa PS18.7m. This shall be a multi-supplier framework agreement, with any limitations to the number of suppliers to be awarded defined within any resulting procurement documentation. As with the nature of a framework agreement, the award of subsequent call-off contracts shall be made via either further competition or defined direct award mechanism(s). Call-off contracts from the framework agreement shall be to deliver the following deliverables: Phase - Deliverables: 1) Concept (Stage Gate 0 -1) * Validation of extant capability requirements * Optioneering Report(s) 2) Definition (Stage Gate 1-2) * Project Definition, including outline delivery strategy * Project Requirements Document, including Verification & Validation Plan * Basis of Design / Concept Design 3) Design (Stage Gate 2-3) * Detailed Design Data Pack, inclusive of all supporting artefacts to substantiate the proposed design The key objectives of the deliverables are: * Improved reliability of the AWE programme in which the deliverables are to be utilised; * Improved availability of the AWE programme in which the deliverables are to be utilised; * Improved maintenance of the AWE infrastructure; * Value for money across the programme, services and deliverables; and * An overall reduction in AWE asset risks. The expectation would be that any awarded supplier would have demonstrable capability, professional experience and capacity to deliver the requirements and contracted phases of the linear project lifecycle including Concept (SG0 - SG1), Definition (SG1 - SG2), and Design (SG2 - SG3), any of the Infrastructure projects. The awarded supplier should also have demonstrable experience in relation to Health & Safety at Work Act 1974 (HSWA), the Ionising Radiations Regulations (IRR99), and the Radiation (Emergency Preparedness and Public Information) Regulations 2001 (REPPIR). The expectation would be for a supplier to self-deliver these deliverables, with minimal subcontracting arrangements. The purpose of this PIN is for AWE to carry out pre-market engagement with suppliers to investigate the current market capabilities and gain knowledge about existing and future service offerings which may assist informing AWE in the development of the sourcing strategy. For clarity this PIN is not a call for competition, but for pre-market engagement and information gathering only. Further information regarding AWE can be found at https://www.awe.co.uk/. Further information regarding AWE's Supplier Assurance expectations can be found at https://www.awe.co.uk/responsible-business/our-suppliers/supplier-assurance/ Additional information: Please note that this PIN and any subsequent pre-market engagement activity is not a call for competition, and should any procurement result, appropriate procurement documentation will be released at that stage. Suppliers should send their expression of interest to CapitalSCM@awe.co.uk with the subject "PIN Expression of Interest - FED Infrastructure", by 19/05/2023 ("Expression of Interest Deadline"). AWE intends to engage with respondents to this PIN by providing a PIN Questionnaire to be completed and submitted to AWE for their consideration. For the avoidance of doubt, this pre-market engagement exercise is not part of a formal procurement process. Any decision by a potential participant to respond or not respond to the pre-market engagement will have no impact on or reflect in any manner on any future procurement process. After receipt of expression of interest, AWE shall provide suppliers with a Security Aspects Letter (SAL) and/or Non-Disclosure Agreement (NDA) to participate in the further PME. AWE reserves its rights to take any step required to protect essential security interested, including its right to reject any supplier who does not meet our minimum-security standards.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03c584
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/012477-2023
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
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

71 - Architectural, construction, engineering and inspection services


CPV Codes

71320000 - Engineering design services

Notice Value(s)

Tender Value
£18,400,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 May 20232 years ago
Submission Deadline
18 Jul 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
AWE PLC
Contact Name
Capital SCM, attn: Hannah Palmer
Contact Email
capitalscm@awe.co.uk
Contact Phone
Not specified

Buyer Location

Locality
READING
Postcode
RG7 4PR
Post Town
Reading
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ16 Berkshire West
Delivery Location
TLJ1 Berkshire, Buckinghamshire and Oxfordshire

Local Authority
West Berkshire
Electoral Ward
Aldermaston
Westminster Constituency
Reading West and Mid Berkshire

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-03c584-2023-05-02T11:53:57+01:00",
    "date": "2023-05-02T11:53:57+01:00",
    "ocid": "ocds-h6vhtk-03c584",
    "description": "How to Apply: Follow the instructions given in Section III. About the Buyer Contact Name: Capital SCM Address: AWE Aldermaston Reading RG7 4PR England Email: CapitalSCM@awe.co.uk",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03c584",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "Front-End Delivery (FED) (Infrastructure) Services Framework Agreement",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "71320000",
            "description": "Engineering design services"
        },
        "mainProcurementCategory": "services",
        "additionalClassifications": [
            {
                "scheme": "TED_SERVICE_CATEGORY_DEFENCE",
                "id": "17",
                "description": "Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services"
            }
        ],
        "description": "AWE Plc (\"AWE\") is seeking expressions of interest for pre-market engagement for the establishment of a Framework Agreement for Front-End delivery services for various infrastructure projects, such as HVAC, gas pipework, hot/chilled water services, storage, workshop upgrades, and other civils / structural related projects. This framework agreement shall be awarded utilising the NEC4 Framework Agreement model with Professional Services Contract (PSC) call off contract terms included. It is envisaged that the Framework Agreement shall be for a maximum term of 4 years (based on a minimum term of 2 years, with an option to extend for up to a further 2 years at AWE's discretion). The Framework Agreement is expected to have a value of circa PS18.7m. This shall be a multi-supplier framework agreement, with any limitations to the number of suppliers to be awarded defined within any resulting procurement documentation. As with the nature of a framework agreement, the award of subsequent call-off contracts shall be made via either further competition or defined direct award mechanism(s). Call-off contracts from the framework agreement shall be to deliver the following deliverables: Phase - Deliverables: 1) Concept (Stage Gate 0 -1) * Validation of extant capability requirements * Optioneering Report(s) 2) Definition (Stage Gate 1-2) * Project Definition, including outline delivery strategy * Project Requirements Document, including Verification & Validation Plan * Basis of Design / Concept Design 3) Design (Stage Gate 2-3) * Detailed Design Data Pack, inclusive of all supporting artefacts to substantiate the proposed design The key objectives of the deliverables are: * Improved reliability of the AWE programme in which the deliverables are to be utilised; * Improved availability of the AWE programme in which the deliverables are to be utilised; * Improved maintenance of the AWE infrastructure; * Value for money across the programme, services and deliverables; and * An overall reduction in AWE asset risks. The expectation would be that any awarded supplier would have demonstrable capability, professional experience and capacity to deliver the requirements and contracted phases of the linear project lifecycle including Concept (SG0 - SG1), Definition (SG1 - SG2), and Design (SG2 - SG3), any of the Infrastructure projects. The awarded supplier should also have demonstrable experience in relation to Health & Safety at Work Act 1974 (HSWA), the Ionising Radiations Regulations (IRR99), and the Radiation (Emergency Preparedness and Public Information) Regulations 2001 (REPPIR). The expectation would be for a supplier to self-deliver these deliverables, with minimal subcontracting arrangements. The purpose of this PIN is for AWE to carry out pre-market engagement with suppliers to investigate the current market capabilities and gain knowledge about existing and future service offerings which may assist informing AWE in the development of the sourcing strategy. For clarity this PIN is not a call for competition, but for pre-market engagement and information gathering only. Further information regarding AWE can be found at https://www.awe.co.uk/. Further information regarding AWE's Supplier Assurance expectations can be found at https://www.awe.co.uk/responsible-business/our-suppliers/supplier-assurance/ Additional information: Please note that this PIN and any subsequent pre-market engagement activity is not a call for competition, and should any procurement result, appropriate procurement documentation will be released at that stage. Suppliers should send their expression of interest to CapitalSCM@awe.co.uk with the subject \"PIN Expression of Interest - FED Infrastructure\", by 19/05/2023 (\"Expression of Interest Deadline\"). AWE intends to engage with respondents to this PIN by providing a PIN Questionnaire to be completed and submitted to AWE for their consideration. For the avoidance of doubt, this pre-market engagement exercise is not part of a formal procurement process. Any decision by a potential participant to respond or not respond to the pre-market engagement will have no impact on or reflect in any manner on any future procurement process. After receipt of expression of interest, AWE shall provide suppliers with a Security Aspects Letter (SAL) and/or Non-Disclosure Agreement (NDA) to participate in the further PME. AWE reserves its rights to take any step required to protect essential security interested, including its right to reject any supplier who does not meet our minimum-security standards.",
        "value": {
            "amount": 18400000,
            "currency": "GBP"
        },
        "items": [
            {
                "id": "0",
                "deliveryAddresses": [
                    {
                        "region": "UKJ1"
                    }
                ]
            }
        ],
        "contractPeriod": {
            "durationInDays": 720
        },
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "awardPeriod": {
            "startDate": "2023-07-19T00:00:00+01:00"
        }
    },
    "parties": [
        {
            "id": "GB-COH-02763902",
            "name": "AWE PLC",
            "identifier": {
                "legalName": "AWE PLC",
                "id": "02763902",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Aldermaston",
                "locality": "READING",
                "postalCode": "RG74PR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Capital SCM, attn: Hannah Palmer",
                "email": "CapitalSCM@awe.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-02763902",
        "name": "AWE PLC"
    },
    "language": "en"
}