-
Contract Timeline
- Publication Date
-
20th February 2025 17:33:41 PM
- Tender Deadline
-
9th April 2025 09:00:00 AM Expired
-
Contract Summary
AWE Plc ("AWE") is embarking on a critical transformation of its infrastructure as part of the national endeavour to support the United Kingdom's nuclear deterrent. We have three major infrastructure programmes: 1) Future Materials Campus (FMC) - focusing on the required investment to renew AWE's manufacturing and storage capability for nuclear materials and increasing capability for material recovery. 2) Future Infrastructure Programme (FIP) - focusing on delivering AWE's wider infrastructure needs in relation to new office accommodation; laboratories; testing facilities, site services, and advanced manufacturing facilities. 3) Liabilities management - Our sites have been operating for a number of decades, and as a result many facilities are reaching the end of their operational life. Liabilities management runs programmes to safely decommission and demolish these legacy facilities and manage the wastes generated. This opportunity relates to a complex high hazard plant at AWE Burghfield site and is one of the critical facilities to be delivered as part of the FIP programme. Further information regarding AWE can be found at https://www.awe.co.uk/ (https://www.awe.co.uk/) AWE is seeking to establish a single supplier framework to contract and work with a strategic delivery partner on a Tier 1 basis with the overarching scope of delivering and the managing design, installation and re-kit of several sectors within an existing explosives/hazardous building located on the AWE Burghfield site, The Framework will have capacity to deliver two main packages of work: 1) Work Package 2 (Early works package): To deliver the wider facility investment in mechanical, electrical and HVAC systems upgrade. This will include supply and installation of mechanical & electrical services, control & instrumentation, architectural fit-out, specialist doors, and process plant & equipment. This will occur in the first phase of the contract. 2) Work Package 1 (Main works package): Front-end development of mission delivery specific activities; production of options appraisal, safety case processes, the supply and installation of mechanical & electrical services, control & instrumentation and process plant & equipment. This will occur in the second phase of the contract and the award of this phase is subject to strong performance in Work Package 2. The work packages have been numbered in the manner due to the order in which the business cases were produced, this will not affect delivery. The location of the works is our Burghfield site, which is covered by a Nuclear Site Licence and Explosives Site Licence and various environmental permits, 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 sites are also a Control of Major Accident Hazards Installation (COMAH) (Lower Tier). The Contracting Authority intends to use an e-tendering system for this procurement exercise (the Defence Sourcing Portal or "DSP"). Interested parties are required to register their interest by contacting aweprojectlyra@awe.co.uk, when further information will be provided. Please include the following information in your email: • Subject: "EOI LYRA Delivery Partner Procurement" • Key Contact Name • Company Name • If you already have a DSP account - the name of your organisation, and the username and email address for the primary point of contact as registered in DSP Upon receipt of your expression of interest, you will be sent a Confidentiality Agreement for signing and a proforma for completion. The Confidentiality Agreement must be signed and returned to the above email address, at which point AWE will conduct a security assessment based on the information provided in the proforma. You will also be provided with guidance on how to create an account on the DSP if you do not already have one. Only suppliers who meet AWE's security requirements and have received a countersigned Confidentiality Agreement will be granted access to the Pre-Qualification Questionnaire (PQQ) documentation through the e-tendering system. Candidates who have submitted expressions of interest prior to 27 February 2025 and satisfied the confidentiality requirements noted above, will simultaneously be given access to the PQQ documentation and the e-tendering system on 27 February 2025. No Candidate will be granted access before this date. Any Candidate who submits an expression of interest after 27 February 2025 and satisfies the confidentiality requirements noted above, will be given access as soon as possible thereafter. Receiving access to the PQQ after the 27 February 2025 will not entitle a supplier to an extension. AWE will be procuring the contract under the negotiated procedure with prior publication of a contract notice (the "competitive negotiated procedure"), and reserves the right not to negotiate. It will follow a two-stage approach: 1) Stage 1: Pre-qualification questionnaire: Information will be available at OFFICIAL level, and will be used to shortlist suppliers 2) Stage 2: Tender stage, information will be available at OFFICIAL SENSITIVE level (including Invitation to submit initial tenders, Invitation to negotiate [if used], and Invitation to submit final tenders [if used]. This will be detailed fully in the in the procurement documentation.
-
Contract Details
- Open Contracting ID
-
ocds-h6vhtk-04ad60
- Publication Source
-
Find a Tender Service
- Procurement Stage
-
Tender
- Procurement Method
-
Selective
- Procurement Method Details
-
Negotiated
- Procurement Category
-
Works
- Tender Suitability
-
- Framework / DPS
-
Framework
-
Contract Classification
- CPV Code(s)
-
45210000
45220000
50600000
71310000
79415200 - CPV Division(s)
-
45 - Construction work
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
Awarding Authority
- Buyer Name
-
Attn: Project LYRA Procurement Team
- Buyer Email
-
aweprojectlyra@awe.co.uk
- Buyer Phone
- Buyer Address
-
AWE
READING
RG74PR
United Kingdom
-
Contract Timeline
- Publication Date
-
11th November 2024 15:54:11 PM
-
Contract Summary
This Prior Information Notice ("PIN") seeks to provide additional and/or updated information from the previous version issued by AWE in August 2023. As stated in the Defence Nuclear Enterprise Command Paper, published by the Ministry of Defence on 25th March 2024, AWE Plc ("AWE") is embarking on a critical transformation of its infrastructure as part of the National Endeavour to support the United Kingdom's nuclear deterrent. We have three major infrastructure programmes: • Future Materials Campus (FMC) - focusing on the required investment to renew AWE's manufacturing and storage capability for nuclear materials and increasing capability for material recovery. • Future Infrastructure Programme (FIP) - focusing on delivering AWE's wider infrastructure needs in relation to new office accommodation; laboratories; testing facilities, site services, and advanced manufacturing facilities. • Liabilities management - Our sites have been operating for a number of decades, and as a result many facilities are reaching the end of their operational life. Liabilities management runs programmes to safely decommission and demolish these legacy facilities and manage the wastes generated. This opportunity relates to a complex high hazard plant at AWE Burghfield site and is one of the critical facilities to be delivered as part of the FIP programme. Further information regarding AWE can be found at https://www.awe.co.uk/ (https://www.awe.co.uk/) AWE is seeking to contract and work with a Strategic Delivery Partner on a Tier 1 basis with the overarching scope of delivering and managing design, installation and re-kit of several sectors within an existing explosives/hazardous building located on the AWE Burghfield site, There will be two main packages of work issued under a single framework lot: • Early works: To deliver the wider facility investment in mechanical, electrical and HVAC systems upgrade. This will include Supply and installation of Mechanical & Electrical Services, Control & Instrumentation, Architectural Fit-out, Specialist Doors, and Process Plant & Equipment. This will occur in the first phase of the contract. • Main works: Front-end development of Mission Delivery specific activities; Production of Options appraisal, Safety Case Processes, the supply and installation of Mechanical & Electrical Services, Control & Instrumentation and Process Plant & Equipment. This will occur in the second phase of the contract. The delivery models for both work packages are under review and will be refined as a result of pre-market engagement. The location of the works is our Burghfield site, which is covered by a Nuclear Site Licence and Explosives Site Licence and various Environmental permits, 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 sites are also a Control of Major Accident Hazards Installation (COMAH) (Lower Tier). This PIN calls for interested suppliers to indicate and express their interest in participating in a pre-market engagement exercise and Request for Information ("RFI"). Suppliers interested in responding to the PIN, and therefore engaging in pre-market engagement and responding to the RFI, will be required to successfully undergo an AWE security assessment before being able to participate. For the avoidance of doubt, suppliers who do not participate in the initial RFI will still be allowed to take part in subsequent market engagement and procurement activities, subject to meeting AWE's security requirements (as detailed on the Acknowledgement Proforma).
-
Contract Details
- Open Contracting ID
-
ocds-h6vhtk-04ad60
- Publication Source
-
Find a Tender Service
- Procurement Stage
-
TenderUpdate
- Procurement Method
-
N/A
- Procurement Method Details
-
N/A
- Procurement Category
-
Works
- Tender Suitability
-
- Framework / DPS
-
Contract Classification
- CPV Code(s)
-
45220000
- CPV Division(s)
-
45 - Construction work
-
Awarding Authority
- Buyer Name
- Buyer Email
-
aweprojectlyra@awe.co.uk
- Buyer Phone
- Buyer Address
-
Room 20
READING
RG74PR
United Kingdom
-
Contract Timeline
- Publication Date
-
17th October 2024 14:39:26 PM
-
Contract Summary
This Prior Information Notice ("PIN") seeks to provide additional and/or updated information from the previous version issued by AWE in August 2023. As stated in the Defence Nuclear Enterprise Command Paper, published by the Ministry of Defence on 25th March 2024, AWE Plc ("AWE") is embarking on a critical transformation of its infrastructure as part of the National Endeavour to support the United Kingdom's nuclear deterrent. We have three major infrastructure programmes: • Future Materials Campus (FMC) - focusing on the required investment to renew AWE's manufacturing and storage capability for nuclear materials and increasing capability for material recovery. • Future Infrastructure Programme (FIP) - focusing on delivering AWE's wider infrastructure needs in relation to new office accommodation; laboratories; testing facilities, site services, and advanced manufacturing facilities. • Liabilities management - Our sites have been operating for a number of decades, and as a result many facilities are reaching the end of their operational life. Liabilities management runs programmes to safely decommission and demolish these legacy facilities and manage the wastes generated. This opportunity relates to a complex high hazard plant at AWE Burghfield site and is one of the critical facilities to be delivered as part of the FIP programme. Further information regarding AWE can be found at https://www.awe.co.uk/ (https://www.awe.co.uk/) Lyra Delivery Partner: AWE is seeking to contract and work with a Strategic Delivery Partner on a Tier 1 basis with the overarching scope of delivering and managing design, installation and re-kit of several sectors within an existing explosives/hazardous building located on the AWE Burghfield site. There will be two main packages of work issued under a single framework lot: • Early works: To deliver the wider facility investment in mechanical, electrical and HVAC systems upgrade. This will include Supply and installation of Mechanical & Electrical Services, Control & Instrumentation, Architectural Fit-out, Specialist Doors, and Process Plant & Equipment. This will occur in the first phase of the contract. • Main works: Front-end development of Mission Delivery specific activities; Production of Options appraisal, Safety Case Processes, the supply and installation of Mechanical & Electrical Services, Control & Instrumentation and Process Plant & Equipment. This will occur in the second phase of the contract. The delivery models for both work packages are under review and will be refined as a result of pre-market engagement. The location of the works is our Burghfield site, which is covered by a Nuclear Site Licence and Explosives Site Licence and various Environmental permits, 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 sites are also a Control of Major Accident Hazards Installation (COMAH) (Lower Tier). This PIN calls for interested suppliers to indicate and express their interest in participating in a pre-market engagement exercise and Request for Information ("RFI"). Suppliers interested in responding to the PIN, and therefore engaging in pre-market engagement and responding to the RFI, will be required to successfully undergo an AWE security assessment before being able to participate. For the avoidance of doubt, suppliers who do not participate in the initial RFI will still be allowed to take part in subsequent market engagement and procurement activities, subject to meeting AWE's security requirements (as detailed on the Acknowledgement Proforma). Additional information: As part of market engagement activities, AWE are planning on providing those with successfully countersigned NDAs to access the following: • Further information about the LYRA project; • Invitation and the ability to take part in roundtable discussions to inform the project's sourcing strategy; and • Respond to our request for information. If you are interested in taking part in pre-market engagement activities, please email: lyrascm@awe.co.uk to request an 'Acknowledgement Proforma', including "LYRA Pre-market engagement" in the title. AWE shall undertake a security assessment against the information suppliers submit in the proforma. If suppliers successfully meet AWE's security requirements, a Non-Disclosure Agreement (NDA) will be sent to the nominated email address provided in their proforma. The NDA must be signed and returned before further market engagement information is released to the supplier. Once the NDA is successfully countersigned, the supplier will receive an information pack, containing more detail on Lyra and details of upcoming market engagement activities. If suppliers successfully meet AWE's security requirements (as detailed on the Acknowledgement Proforma), the RFI will be sent to the nominated email address provided in their proforma. For the avoidance of doubt, suppliers will not be invited to respond to the RFI if, in the sole opinion of AWE, they do not meet the necessary security requirements. Please request proforma or expression of interest before 29th November 2024 at 17:00 GMT
-
Contract Details
- Open Contracting ID
-
ocds-h6vhtk-04ad60
- Publication Source
-
Find a Tender Service
- Procurement Stage
-
Planning
- Procurement Method
-
N/A
- Procurement Method Details
-
N/A
- Procurement Category
-
Works
- Tender Suitability
-
- Framework / DPS
-
Framework
-
Contract Classification
- CPV Code(s)
-
45213200
45213220
45214620
45220000 - CPV Division(s)
-
45 - Construction work
-
Awarding Authority
- Buyer Name
-
Lyra SCM
- Buyer Email
-
lyrascm@awe.co.uk
- Buyer Phone
- Buyer Address
-
Room 20,Building F161.2 Atomi, C Weapons Establishment
READING
RG74PR
United Kingdom