Notice Information
Notice Title
Sustainment Delivery Partnership
Notice Description
AWE Plc wishes to establish a Sustainment Delivery Partnership framework in support of the Plutonium Technology Centre (PTC) - a key facility within its Future Infrastructure Portfolio. The SDPs would work as part of an integrated team to plan, design and deliver the sustainment programme in the PTC based on a high-performance culture and best practice. We have undertaken market engagement prior to this contract notice to gather information from the market on the proposed SDPs. Based on discussions and analysis, we have determined the following SDPs: Programme Partner (x1), Optioneering Partner (x1), Design & Delivery Partners (x2) & Enhanced Asset Operation Partner (x1).
Lot Information
Programme Partner
(x 1 supplier) will be responsible for working closely with AWE to oversee the supply chain and ensure effective planning, delivery, oversight, and control of work.
Optioneering Partner(x 1 supplier) will establish and assess AWE's requirements for maintenance and re-kit, develop and document options, and apply rigorous option assessment criteria before developing robust Scope of Works (SOW). The supplier will maintain a close relationship with AWE to improve and standardise processes.
Design & Delivery Partners(x 2 suppliers): will be responsible for progressing a SOW from concept design through detailed design to installation and commissioning. This will include the production of concept designs, detailed designs and their substantiation, sourcing, manufacturing installation and build as well as production of technical documentation and commissioning of equipment.
Enhanced Asset Operations Partner(x 1 supplier) will support AWE to carry-out a range of routine and planned maintenance tasks against a rolling schedule of work, to support the maintenance of assets through their lifecycle.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04856d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/001895-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
50600000 - Repair and maintenance services of security and defence materials
50610000 - Repair and maintenance services of security equipment
79993000 - Building and facilities management services
Notice Value(s)
- Tender Value
- £950,000,000 £100M-£1B
- Lots Value
- £654,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Jan 20251 years ago
- Submission Deadline
- 31 Jan 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- AWE PLC
- Contact Name
- Amber Choudry
- Contact Email
- amber.choudry@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
- TLJ South East (England)
-
- 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-04856d-2025-01-20T15:18:50Z",
"date": "2025-01-20T15:18:50Z",
"ocid": "ocds-h6vhtk-04856d",
"description": "Regarding the award criteria in section IV.2.1) The detailed Award Criteria requirements per lot differ and are stated in the procurement documents which will follow. The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please contact SDPProcurement@awe.co.uk to register your interest in this procurement.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04856d",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "Sustainment Delivery Partnership",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "50600000",
"description": "Repair and maintenance services of security and defence materials"
},
"mainProcurementCategory": "services",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50610000",
"description": "Repair and maintenance services of security equipment"
},
{
"scheme": "CPV",
"id": "79993000",
"description": "Building and facilities management services"
}
],
"description": "AWE Plc wishes to establish a Sustainment Delivery Partnership framework in support of the Plutonium Technology Centre (PTC) - a key facility within its Future Infrastructure Portfolio. The SDPs would work as part of an integrated team to plan, design and deliver the sustainment programme in the PTC based on a high-performance culture and best practice. We have undertaken market engagement prior to this contract notice to gather information from the market on the proposed SDPs. Based on discussions and analysis, we have determined the following SDPs: Programme Partner (x1), Optioneering Partner (x1), Design & Delivery Partners (x2) & Enhanced Asset Operation Partner (x1).",
"value": {
"amount": 950000000,
"currency": "GBP"
},
"minValue": {
"amount": 550000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Programme Partner",
"description": "(x 1 supplier) will be responsible for working closely with AWE to oversee the supply chain and ensure effective planning, delivery, oversight, and control of work.",
"value": {
"amount": 50000000,
"currency": "GBP"
},
"minimumValue": {
"amount": 29000000,
"currency": "GBP"
}
},
{
"id": "2",
"title": "Optioneering Partner",
"description": "(x 1 supplier) will establish and assess AWE's requirements for maintenance and re-kit, develop and document options, and apply rigorous option assessment criteria before developing robust Scope of Works (SOW). The supplier will maintain a close relationship with AWE to improve and standardise processes.",
"value": {
"amount": 66000000,
"currency": "GBP"
},
"minimumValue": {
"amount": 39000000,
"currency": "GBP"
}
},
{
"id": "3",
"title": "Design & Delivery Partners",
"description": "(x 2 suppliers): will be responsible for progressing a SOW from concept design through detailed design to installation and commissioning. This will include the production of concept designs, detailed designs and their substantiation, sourcing, manufacturing installation and build as well as production of technical documentation and commissioning of equipment.",
"value": {
"amount": 476000000,
"currency": "GBP"
},
"minimumValue": {
"amount": 281000000,
"currency": "GBP"
}
},
{
"id": "4",
"title": "Enhanced Asset Operations Partner",
"description": "(x 1 supplier) will support AWE to carry-out a range of routine and planned maintenance tasks against a rolling schedule of work, to support the maintenance of assets through their lifecycle.",
"value": {
"amount": 62000000,
"currency": "GBP"
},
"minimumValue": {
"amount": 36000000,
"currency": "GBP"
}
}
],
"items": [
{
"id": "0",
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UKJ"
}
]
},
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "50600000",
"description": "Repair and maintenance services of security and defence materials"
},
"relatedLot": "1"
},
{
"id": "2",
"classification": {
"scheme": "CPV",
"id": "50600000",
"description": "Repair and maintenance services of security and defence materials"
},
"relatedLot": "2"
},
{
"id": "3",
"classification": {
"scheme": "CPV",
"id": "50600000",
"description": "Repair and maintenance services of security and defence materials"
},
"relatedLot": "3"
},
{
"id": "4",
"classification": {
"scheme": "CPV",
"id": "50600000",
"description": "Repair and maintenance services of security and defence materials"
},
"relatedLot": "4"
}
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 5,
"minimumParticipants": 5,
"period": {
"durationInDays": 2555
},
"minimumValue": {
"amount": 385000000,
"currency": "GBP"
},
"value": {
"amount": 654000000,
"currency": "GBP"
}
}
},
"lotDetails": {
"maximumLotsBidPerSupplier": 1
},
"subcontracting": {
"description": "The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed. The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract."
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"languages": [
"en"
]
},
"submissionMethod": [
"written"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The criteria is located in the procurement documents. Bidders are reminded that the eligibility requirements in the Supplier Selection Questionnaire (SSQ) apply throughout the Procurement.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "The criteria is located in the procurement documents. Bidders are reminded that the eligibility requirements in the Supplier Selection Questionnaire (SSQ) apply throughout the Procurement.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "The criteria is located in the procurement documents. Bidders are reminded that the eligibility requirements in the Supplier Selection Questionnaire (SSQ) apply throughout the Procurement.",
"appliesTo": [
"supplier"
]
}
],
"description": "Detailed objective criteria is located in the procurement documents. Following the assessment of Candidates' SSQ Submissions, a shortlist of a minimum number of Candidates per lot that have passed all relevant sections of the SSQ will be compiled. For Lots 1, 2, & 4 the min and max number of suppliers shortlisted is 3 & 4 respectively and for Lot 3 it is 4 and 6 respectively. The Client reserves the right to amend the minimum and maximum number of Candidates for any lot, during the SSQ qualification stage. If the SSQ assessment results in a tie between two or more Candidates ranked for the final shortlist decision for the respective Lot, the Client reserves the right to review scores awarded to all questions individually. The party with the fewest questions awarded a score of zero will progress to the shortlist. If this is not conclusive, the Client will consider the fewest questions awarded a score of one, and then three, and so on, until a conclusive break to progress the tied Candidates through to the next stage of this Procurement."
},
"contractTerms": {
"otherTerms": "Suppliers' core bid team are required to hold SC clearance at a minimum. Detailed security clearance requirements per lot will be located in the procurement documents."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated",
"secondStage": {
"minimumCandidates": 13,
"maximumCandidates": 18
},
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"description": "70"
},
{
"name": "Commercial",
"description": "30"
}
]
},
"tenderPeriod": {
"endDate": "2025-01-31"
},
"reviewDetails": "Appeal procedures are as per DSPCR",
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2025-01-31"
},
"newValue": {
"date": "2025-02-14"
},
"where": {
"section": "IV.3.4",
"label": "Time limit for receipt of tenders or requests to participate"
}
}
]
}
]
},
"parties": [
{
"id": "GB-COH-02763902",
"name": "AWE PLC",
"identifier": {
"legalName": "AWE PLC",
"id": "02763902",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "AWE",
"locality": "READING",
"postalCode": "RG74PR",
"countryName": "United Kingdom",
"region": "UKJ11"
},
"contactPoint": {
"email": "amber.choudry@awe.co.uk",
"name": "Amber Choudry",
"telephone": "+44 1189814111"
},
"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-COH-02763902",
"name": "AWE PLC"
},
"language": "en"
}