Notice Information
Notice Title
LYRA Delivery Partner
Notice Description
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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04ad60
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006451-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
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
-
- CPV Codes
45210000 - Building construction work
45220000 - Engineering works and construction works
50600000 - Repair and maintenance services of security and defence materials
71310000 - Consultative engineering and construction services
79415200 - Design consultancy services
Notice Value(s)
- Tender Value
- £400,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Feb 20251 years ago
- Submission Deadline
- 9 Apr 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
- Attn: Project LYRA Procurement Team
- Contact Email
- aweprojectlyra@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
Further Information
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-04ad60-2025-02-20T17:33:41Z",
"date": "2025-02-20T17:33:41Z",
"ocid": "ocds-h6vhtk-04ad60",
"description": "AWE may reserve the right to award the contract based on initial tender as per DSPCR 2011(49). AWE reserves the right to discontinue at any stage any procurement it commences, reject all or any of the bids for the competition and not to appoint any Bidders. AWE is subject to the Freedom of Information Act 2000 and the Environmental Information Regulations 2002. The estimated contract value articulated at II.2.1 is an estimate only and AWE makes no guarantee regarding spend under any contract, if awarded.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04ad60",
"legalBasis": {
"id": "32009L0081",
"scheme": "CELEX"
},
"title": "LYRA Delivery Partner",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45220000",
"description": "Engineering works and construction works"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "50600000",
"description": "Repair and maintenance services of security and defence materials"
},
{
"scheme": "CPV",
"id": "71310000",
"description": "Consultative engineering and construction services"
},
{
"scheme": "CPV",
"id": "79415200",
"description": "Design consultancy services"
},
{
"scheme": "TED_TYPE_WORK_CONTRACT",
"id": "DESIGN_EXECUTION",
"description": "Design and execution"
}
],
"mainProcurementCategory": "works",
"description": "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.",
"value": {
"amount": 400000000,
"currency": "GBP"
},
"items": [
{
"id": "0",
"deliveryAddresses": [
{
"region": "UKJ1"
},
{
"region": "UKJ1"
}
],
"deliveryLocation": {
"description": "Within an existing building at the AWE site, Burghfield, Berkshire, UK."
}
}
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"minimumParticipants": 1,
"maximumParticipants": 1,
"period": {
"durationInDays": 4380
},
"minimumValue": {
"amount": 250000000,
"currency": "GBP"
},
"value": {
"amount": 400000000,
"currency": "GBP"
},
"periodRationale": "The length of the project justifies an exemption from the seven-year length of the framework agreement. This is as per DSPCR 2011(20)(10) technical difficulties which a change in supplier will cause."
}
},
"awardPeriod": {
"startDate": "2025-10-01T00:00:00+01:00"
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "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"
},
"newValue": {
"text": "As part of market engagement activities, AWE are planning on providing those with successfully countersigned NDAs an invitation and the ability to take part in roundtable discussions. If you are interested in taking part in pre-market engagement activities, please email aweprojectlyra@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. When these are completed, further information will be provided on the market engagement activities. For the avoidance of doubt, suppliers will not be invited to market engagement activities 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"
},
"where": {
"section": "II.7"
}
},
{
"oldValue": {
"text": "Scheduled date for start of award procedures: 1 October 2025"
},
"newValue": {
"text": "Scheduled date for start of award procedures: 1 March 2026"
},
"where": {
"section": "II.6"
}
}
]
}
],
"minValue": {
"amount": 250000000,
"currency": "GBP"
},
"hasOptions": false,
"hasRenewal": false,
"contractPeriod": {
"durationInDays": 4320
},
"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. The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified."
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"depositsGuarantees": "The criteria is located in the procurement documents. Candidates are reminded that the eligibility requirements in the Pre-Qualification Questionnaire (PQQ) apply throughout the Procurement.",
"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 Pre-Qualification Questionnaire (PQQ) apply throughout the Procurement.",
"appliesTo": [
"supplier"
]
},
{
"type": "suitability",
"description": "The criteria is located in the procurement documents. Bidders are reminded that the eligibility requirements in the Pre-Qualification Questionnaire (PQQ) apply throughout the Procurement.",
"appliesTo": [
"subcontractor"
]
},
{
"type": "economic",
"description": "The criteria is located in the procurement documents. Bidders are reminded that the eligibility requirements in the Pre-Qualification Questionnaire (PQQ) 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 Pre-Qualification Questionnaire (PQQ) apply throughout the Procurement.",
"appliesTo": [
"supplier"
]
}
],
"description": "Detailed objective criteria is located in the procurement documents, including choosing in the event of a tie-breaker as per paragraph 2.4 in the PQQ Instructions document."
},
"contractTerms": {
"financialTerms": "These arrangements will be set out in the contract documents, which will be provided at ITT stage following successful pre-qualification in accordance with the procurement procedure.",
"tendererLegalForm": "In the event of a bid by a consortium or joint venture, AWE reserves the right to require the formation of any entity with whom AWE will contract (together with the provision of relevant guarantees)."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated",
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 4,
"invitationDate": "2025-05-22T00:00:00+01:00"
},
"tenderPeriod": {
"endDate": "2025-04-09T10:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "Appeals should be lodged in accordance with the Defence and Security Public Contracts Regulations 2011.",
"milestones": [
{
"id": "1",
"type": "securityClearanceDeadline",
"dueDate": "2026-05-22"
}
]
},
"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": {
"name": "Attn: Project LYRA Procurement Team",
"email": "aweprojectlyra@awe.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.awe.co.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"description": "Non-Departmental Public Body"
},
{
"scheme": "COFOG",
"id": "02",
"description": "Defence"
}
]
}
},
{
"id": "GB-FTS-935",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"streetAddress": "Royal Courts of Justice, Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.judiciary.uk/you-and-the-judiciary/going-to-court/high-court/"
}
}
],
"buyer": {
"id": "GB-COH-02763902",
"name": "AWE PLC"
},
"language": "en"
}