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.
|