Notice Information
Notice Title
Delivery partner to AWE Project Lyra
Notice Description
AWE is seeking to establish and work with a tier 1 Delivery Partner associated with the following requirement: A Delivery Partner to work with AWE on a defined Project, named; 'Lyra Main Works'. The broad overarching scope is for the Delivery Partner to be a Tier 1 partner with the AWE programme team to deliver and manage; Design, Installation and Re-Kit of several sectors within and existing explosive/hazardous building with other Tier 2, 3... etc. suppliers/contractors, located on the AWE, Burghfield site. The location of the AWE Burghfield site is covered by a Nuclear Site Licence and an Explosives Site Licence and various Environmental permits which places strict demands for compliance with these Licences associated with working in such an environment. Each Contractor shall comply with and carry out works in accordance with the Client's Security Requirements. The site is also subject to Control of Major Accident Hazards Installation (COMAH) (Lower Tier). Project LYRA has been split into 2 Works Packages (WP1 and WP2). This PIN deals purely with WP2; WP2 is the re-kit and commissioning of several sectors in an existing building. The scope of the Lyra WP2 project involves: * A Delivery Partner (DP) to work with the Intelligent Client/Customer team * DP to undertake the roles of Principal Designer and Principal Contractor * Taking AWE's 'output spec' / concept requirements and delivering full design * Offsite construction where required; (e.g. Glove boxes) * On-site build/Installation works. * Welfare facilities during Construction Phase (Provided by AWE) * To provision/tie into an existing building HVAC. * Electrical distribution. * Building Control (through Distributed Control System and PA System); * Safety Systems (e.g., fire detection); * Security Systems (e.g., control of access/egress to construction areas); * Building Services. * Process Plant & Equipment (PP&E) * IT infrastructure. CAPACITY TO DELIVER The Lyra works form part of a wider programme of works that are ongoing on the Site. Therefore, it is critical that the Contractor is able to meet the project programme dates as stated in this document. As part of any ITT the Client will evaluate Supplier's capacity to mobilise resources onto the Site and meet project programme dates specified. Key capabilities of the supplier are to include: * Management of design * Safety Case * Integrate PP&E * Re-kit of Nuclear building Facilities The project has notable constraints including the following: * Access * Live building, works undertaken will be in an operational building * Security requirements and adherence Additional information: It is requested that if your company is interested in further information concerning this PIN and future bidding opportunity that in the first instance please reply to capitalscm.co.uk or simon.bartlett2@awe.co.uk to request an 'Acknowledgement Proforma' to be completed and returned or proforma can be found on find a tender. Please request proforma or expression of interest before Friday September 29th Please be aware that the suppliers responding will then be requesting to complete and NDA prior to further project information being sent. SECURITY CLEARED RESOURCES Due to the location and sensitivity of the works, Contractor's staff working on site (and Off site- design, Engineering, Assurance) must hold security clearance for the delivery of the contract. Depending on staff roles and responsibilities, security clearance is required for the onsite delivery of this contract at SC (Security Check) or DV (Developed Vetting) level. The current estimated timescales to obtain clearances are: * SC: up to 3 months * DV: up to 12 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03f88c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/025649-2023
- 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
45213220 - Construction work for warehouses
45214620 - Research and testing facilities construction work
Notice Value(s)
- Tender Value
- £200,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 31 Aug 20232 years ago
- Submission Deadline
- 30 Apr 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 May 2024 - 1 Dec 2029 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- AWE PLC
- Contact Name
- Simon Bartlett, attn: capitalscm
- Contact Email
- capitalscm@awe.co.uk
- Contact Phone
- +44 1189814111
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
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-03f88c-2023-08-31T15:20:46+01:00",
"date": "2023-08-31T15:20:46+01:00",
"ocid": "ocds-h6vhtk-03f88c",
"description": "The nature of this PIN is such that AWE intends to operate restrictions within the relevant procurement regulations in order to protect essential national security interests. If an economic operator has connections with any hostile entity or foreign states which are deemed by AWE to pose a risk to the UK's national security interests or is otherwise considered not to possess the reliability necessary to exclude risks to the security of the United Kingdom, AWE reserves its right to exclude them from this exercise. 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. Note: The nature of this contract is such that the award will be subject to supplier's passing AWE's security requirements as dictated by its site licenses.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-03f88c",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "Delivery partner to AWE Project Lyra",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "45213220",
"description": "Construction work for warehouses"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45214620",
"description": "Research and testing facilities construction work"
}
],
"mainProcurementCategory": "works",
"description": "AWE is seeking to establish and work with a tier 1 Delivery Partner associated with the following requirement: A Delivery Partner to work with AWE on a defined Project, named; 'Lyra Main Works'. The broad overarching scope is for the Delivery Partner to be a Tier 1 partner with the AWE programme team to deliver and manage; Design, Installation and Re-Kit of several sectors within and existing explosive/hazardous building with other Tier 2, 3... etc. suppliers/contractors, located on the AWE, Burghfield site. The location of the AWE Burghfield site is covered by a Nuclear Site Licence and an Explosives Site Licence and various Environmental permits which places strict demands for compliance with these Licences associated with working in such an environment. Each Contractor shall comply with and carry out works in accordance with the Client's Security Requirements. The site is also subject to Control of Major Accident Hazards Installation (COMAH) (Lower Tier). Project LYRA has been split into 2 Works Packages (WP1 and WP2). This PIN deals purely with WP2; WP2 is the re-kit and commissioning of several sectors in an existing building. The scope of the Lyra WP2 project involves: * A Delivery Partner (DP) to work with the Intelligent Client/Customer team * DP to undertake the roles of Principal Designer and Principal Contractor * Taking AWE's 'output spec' / concept requirements and delivering full design * Offsite construction where required; (e.g. Glove boxes) * On-site build/Installation works. * Welfare facilities during Construction Phase (Provided by AWE) * To provision/tie into an existing building HVAC. * Electrical distribution. * Building Control (through Distributed Control System and PA System); * Safety Systems (e.g., fire detection); * Security Systems (e.g., control of access/egress to construction areas); * Building Services. * Process Plant & Equipment (PP&E) * IT infrastructure. CAPACITY TO DELIVER The Lyra works form part of a wider programme of works that are ongoing on the Site. Therefore, it is critical that the Contractor is able to meet the project programme dates as stated in this document. As part of any ITT the Client will evaluate Supplier's capacity to mobilise resources onto the Site and meet project programme dates specified. Key capabilities of the supplier are to include: * Management of design * Safety Case * Integrate PP&E * Re-kit of Nuclear building Facilities The project has notable constraints including the following: * Access * Live building, works undertaken will be in an operational building * Security requirements and adherence Additional information: It is requested that if your company is interested in further information concerning this PIN and future bidding opportunity that in the first instance please reply to capitalscm.co.uk or simon.bartlett2@awe.co.uk to request an 'Acknowledgement Proforma' to be completed and returned or proforma can be found on find a tender. Please request proforma or expression of interest before Friday September 29th Please be aware that the suppliers responding will then be requesting to complete and NDA prior to further project information being sent. SECURITY CLEARED RESOURCES Due to the location and sensitivity of the works, Contractor's staff working on site (and Off site- design, Engineering, Assurance) must hold security clearance for the delivery of the contract. Depending on staff roles and responsibilities, security clearance is required for the onsite delivery of this contract at SC (Security Check) or DV (Developed Vetting) level. The current estimated timescales to obtain clearances are: * SC: up to 3 months * DV: up to 12 months",
"value": {
"amount": 200000000,
"currency": "GBP"
},
"minValue": {
"amount": 100000000,
"currency": "GBP"
},
"items": [
{
"id": "0",
"deliveryAddresses": [
{
"region": "UKJ1"
}
],
"deliveryLocation": {
"description": "Within an existing building at the AWE site, Burghfield, Berkshire, UK."
}
}
],
"contractPeriod": {
"startDate": "2024-06-01T00:00:00+01:00",
"endDate": "2029-12-01T23:59:59Z"
},
"awardPeriod": {
"startDate": "2024-05-01T00:00:00+01:00"
}
},
"parties": [
{
"id": "GB-FTS-91517",
"name": "AWE PLC",
"identifier": {
"legalName": "AWE PLC",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Room 20,Building F161.2 Atomi, C Weapons Establishment",
"locality": "READING",
"postalCode": "RG74PR",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Simon Bartlett, attn: capitalscm",
"telephone": "+44 1189814111",
"email": "capitalscm@awe.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.awe.co.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-91517",
"name": "AWE PLC"
},
"language": "en"
}