Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Prior Information Notice

Future Infrastructure Programme (FIP) Client Partnership Framework (Reference Number: 3186)

  • First published: 20 April 2024
  • Last modified: 20 April 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0453b7
Published by:
Unknown
Authority ID:
AA47308
Publication date:
20 April 2024
Deadline date:
-
Notice type:
Prior Information Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Full notice text

PRIOR INFORMATION NOTICE FOR CONTRACT IN THE FIELD OF DEFENCE AND SECURITY - OFFICIAL JOURNAL

Section I: Contracting Authority / Entity

I.1)

Name, Address and Contact Point(s)


AWE PLC02763902

Room 20,Building F161.2 Atomi, C Weapons Establishment

READING

RG74PR

UK



futureinfrastructureprogramme@awe.co.uk


https://www.awe.co.uk


Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Title attributed to the contract by the contracting authority/entity

Future Infrastructure Programme (FIP) Client Partnership Framework (Reference Number: 3186)

II.2)

Type of contract and location of works, place of delivery or of performance

Unchecked box
Unchecked box
Checked box

3


UK

II.3)

This notice involves a framework agreement

Yes

II.4)

Short description of nature and scope of works or nature and quantity or value of supplies or services

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 National Endeavour to re-capitalise its estate and manufacturing infrastructure to meet the future needs of the United Kingdom's nuclear deterrent. We have two complex infrastructure programmes:

• Future Material 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.

This PIN Notice specifically relates to the support required to enable the Future Infrastructure Programme (FIP).

AWE is seeking interest from suppliers to take part in pre-market engagement activities regarding the establishment of a potential 10-year Framework arrangement for the provision of client-side professional services in support of its infrastructure programme.

Our Future Infrastructure Programme will grow significantly over the coming years, and AWE is looking to expand its supplier base to meet the programme's increasing demand. The arrangement will create a client partnership to act effectively as a Capable Owner and trusted government partner to plan and design the investment portfolio, while providing the effective oversight to delivery partners (appointed via separate procurement exercise) for time, cost and quality. The framework will include the key disciplines of engineering, programme/project management and productivity enhancement services.

AWE may carry out further pre-market engagement activities with interested suppliers to investigate the current market capabilities and capacity for the programme, and to allow suppliers the opportunity to understand AWE and its ambitions in more detail.

This PIN calls for interested suppliers to indicate their interest in participating in an initial request for information (henceforth 'RFI') pre-market engagement exercise. Suppliers interested in responding to the PIN will be required to successfully undergo an AWE security assessment before participation in the RFI. 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).




600000000900000000GBP

II.5)

Common Procurement Vocabulary (CPV)

71540000
71241000
71242000
71300000
71500000
72221000
72224000
79410000
79994000

II.6)

Scheduled date for start of award procedures and duration of the contract

II.7)

Additional information

The Atomic Weapons Establishment (AWE) is an arms-length body of the Ministry of Defence, employing around 7,000 people across the UK, with its headquarters in Aldermaston, Berkshire. For more than 70 years, we have supported the UK's nuclear defence strategy and, specifically, the Continuous At Sea Deterrent (CAS-D). Moreover, we use our nuclear science and technical expertise to provide innovative solutions that support the UK's counterterrorism and nuclear threat reduction activities. We work at the extremes of science and engineering to understand the performance of nuclear warheads, and assess the safety, security, and effectiveness of the stockpile in the absence of live testing.

AWE is undertaking a multi-billion pound, long-term infrastructure and capability programme in support of its testing facilities and conventional (non-nuclear) portfolio. Increased demand will require AWE to grow both its project delivery and client-side management capabilities.

This PIN relates to a potential procurement to establish a multi-supplier client-side partnership framework to provide professional services in support of management and delivery of this portfolio and a future multi-supplier delivery partnership who will deliver the future works. It is anticipated that this is a potential 10-year framework that will be placed under the new Procurement Act 2023.

Due to the diverse portfolio and range of projects, AWE is actively seeking to continue to work with existing partners, as well as those partners from outside the nuclear industry, whose technical expertise may be transferable to our sector. This might include but is not limited to pharmaceutical, energy and commercial property.

The RFI will aim to test the early thinking around the client-side framework procurement as well as understand market appetite (including perceived barriers to entry faced by suppliers new to AWE) and industry views on current best practice, lessons learnt, new innovations, procurement and partnering vehicles. This may assist informing AWE in the development of the sourcing strategy.

The intention is that the client-side framework will provide effective advice and support with the three strategic service types listed below, both upfront during the planning stage of the sub-programme as well as after the establishment of a separate Delivery Partnership:

1. Engineering Design & Project Assurance Services

Including but not limited to supporting business case production through production of optioneering and concept design. Providing assurance and scrutiny of delivery partners work in relation to design, construction, commissioning and handover.

2. Programme and Project Management Services

Including but not limited to:

• Business case & investment strategy (production and supporting evidence statement for portfolio and projects)

• Programme management (risk, P3M assurance, reporting & management information, interface controls & performance, issues and benefits management)

• Project controls (cost estimating, cost control, planning & scheduling, reporting, risk and scope management),

• Project management (operational delivery, cost & schedule, scope and budget management)

• Quality assurance/control (assuring product quality and process controls)

• Commercial management (strategic planning, financial management, overall administration and adherence to contractual management)

• Environment, Safety and Health (people, projects and social value)

3. Productivity Services

Including but not limited to reviewing business operating model to drive process & productivity enhancements in people, systems and processes to improve the efficiency, resource utilisation and effectiveness of the infrastructure programme.

Interested Parties:

Suppliers who are interested to participate in the RFI are required to submit a proforma available from the futureinfrastructureprogramme@awe.co.uk, including in the subject of your email submission "Client Partnership Framework " and reference number 3186".

AWE shall undertake a security assessment against the information suppliers submit in the 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. If suppliers successfully meet AWE's security requirements, the RFI and a Non-Disclosure agreement (NDA) will be sent to the nominated email address provided in their proforma. In addition, the NDA will need to be signed and sent back before further market engagement information is released to the supplier.

We ask that suppliers register their interest in participating in the RFI by 1600 Friday 17th May BST to allow supplier responses to be fully considered as part of our contracting model design process.

However, suppliers can register interest in participating in the RFI at ANY point up to the issue of the tender notice.

AWE may undertake subsequent pre-market engagement activities as our sourcing strategy develops. This may be in the form of face-to-face meetings, webinars or further RFIs. For the avoidance of doubt, suppliers who do not participate in the initial RFI, will still be allowed to take part in subsequent pre-market engagement activities subject to meeting AWE's security requirements as detailed below.

The nature of this PIN is such that AWE intends to operate restrictions within the relevant procurement legislation 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, 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.

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions relating to the contract

III.1.1)

Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them

III.2)

Conditions for participation

III.2.1)

Reserved contracts

No

Unchecked box
Unchecked box

Section VI: Complementary Information

VI.1)

Contract related to a project and/or programme financed by European Union funds

No

VI.2)

Additional information

Conditions regarding this PIN:

1) This PIN is not a call for competition and is not published to reduce time limits for the receipt of tenders;

2) AWE reserves the right not to commence any procurement or award any contract in respect of this opportunity;

3) The information contained in this PIN may be subject to change due to the impact of governance, assurance, regulatory changes and/or the pre-market engagement outcomes. Insofar as is permitted by law, AWE shall not be liable for any losses incurred by any party as a result of reliance on the information contained/linked herein;

4) Failure to register an interest in connection with this PIN shall not prevent an organisation from participating in any formal call for competition.

VI.3)

Information on general regulatory framework




VI.4)

Date of dispatch of this notice

 19-04-2024

ANNEX B

Information About Lots

1    

1)

Short Description

2)

Common Procurement Vocabulary (CPV)

71540000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2    

1)

Short Description

2)

Common Procurement Vocabulary (CPV)

71540000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3    

1)

Short Description

2)

Common Procurement Vocabulary (CPV)

71540000

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
72221000 Business analysis consultancy services Systems and technical consultancy services
79410000 Business and management consultancy services Business and management consultancy and related services
71540000 Construction management services Construction-related services
71500000 Construction-related services Architectural, construction, engineering and inspection services
79994000 Contract administration services Miscellaneous business-related services
71300000 Engineering services Architectural, construction, engineering and inspection services
71241000 Feasibility study, advisory service, analysis Architectural, engineering and planning services
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
72224000 Project management consultancy services Systems and technical consultancy services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.