Tender

Sustainment Delivery Partnership

AWE PLC

This public procurement record has 3 releases in its history.

TenderUpdate

20 Jan 2025 at 15:18

Tender

13 Dec 2024 at 08:14

Planning

29 Jul 2024 at 11:21

Summary of the contracting process

AWE PLC is soliciting tenders for a Sustainment Delivery Partnership (SDP) to support the Plutonium Technology Centre (PTC) within its Future Infrastructure Portfolio. This procurement, classified under CPV code 50600000 for repair and maintenance of security and defence materials, aims to establish a framework with multiple partners for a duration of at least 7 years, potentially extendable by an additional 3 years. The procurement process is in the tender stage, covering various roles including Programme Partner, Optioneering Partner, Design & Delivery Partners, and Enhanced Asset Operations Partner, with a submission deadline of 14th February 2025. This initiative, undertaken in Reading, United Kingdom, reflects AWE’s commitment to a high-performance culture and best practices in delivering its critical infrastructure projects.

This tender presents substantial business growth opportunities for firms specialising in security and defence materials maintenance, infrastructure design and delivery, and project management. Companies with proven capabilities in these areas can leverage the framework to secure long-term engagements, enhance their strategic partnerships, and amplify their market presence. Ideal candidates will be organisations capable of rigorous option assessment, detailed design execution, and strategic oversight of maintenance programs. Engaging in this framework can lead to significant value, with contracts ranging from £36 million to £476 million, driving both financial growth and industry prestige. Interested parties should ensure SC clearance for their core bid teams and comply with the comprehensive selection criteria outlined in the procurement documents.

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

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.

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

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

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-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"
}