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.

UK4

Electrical Infrastructure Upgrade Framework

  • First published: 10 January 2026
  • Last modified: 10 January 2026
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0602ed
Published by:
Atomic Weapons Establishment
Authority ID:
AA86693
Publication date:
10 January 2026
Deadline date:
05 March 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

AWE Plc ("AWE") is embarking on a critical transformation of its infrastructure as part of the national endeavour to support the UK's nuclear deterrent and has been refining and formalising a new approach to infrastructure delivery, designed to drive greater consistency, pace, and long-term value. This model is being largely implemented via 3 programmes:- Future Materials Campus: A programme to renew existing facilities for the manufacture of nuclear components, storage of nuclear materials, provide improved science and analysis capabilities, and invest in new capabilities for nuclear material recovery. - Future Infrastructure Programme: a programme that focuses on delivering wider infrastructure needs e.g. new office accommodation; laboratories; testing facilities, site services, and advanced manufacturing facilities. - Estates and Liabilities management: on-going liabilities management to run programmes that safely decommission and demolish legacy facilities and manage generated waste via seeking suppliers with experience of the same.This framework focuses on upgrading the electrical network under FIP, with the possibility of some works supporting the Future Materials Campus.Strategic aspirations are to upgrade and modernise AWE's electrical network infrastructure, improve network resilience and obsolescence management, to benefit from modern standards and requirements, while reducing the cost base of new infrastructure. The Electrical Infrastructure Upgrade Programme will grow significantly over the coming years, and AWE looks to appoint 2 partners through this procurement, with the capacity and capability to meet the programme's increasing demand. The Framework is a zero-value contract against which AWE may call off work for the Electrical Infrastructure Upgrade programme. The Framework will provide no guarantee of any work to any Supplier, it is a contract mechanism against which AWE may (but is not obliged) to call off work from the relevant Supplier for the Electrical Infrastructure Upgrade Framework. Full Framework Information "ITP Volume 2 Framework Specification" will be available to Suppliers that have registered and been granted access, as below.AWE will award a place on the Framework to the 2 highest scoring suppliers, that offer the most advantageous tenders that is, the tenders that balance price with quality, technical capability, and sustainability. There will be a transparent mechanism to award work under the Framework as set out in the procurement documentsBidders should download, complete and sign the Electrical Infrastructure Non-Disclosure Agreement and Tender Security Questionnaire available from the Defence Sourcing Portal here https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=60647 and return these by email to: electricalinfrastructure@awe.co.uk. The deadline for submission of these documents is 12:00 on 23rd January 2026 in order to gain access to the Invitation to Participate and associated procurement documents.Once AWE has reviewed and signed the documents where appropriate, Bidders will be invited to the Invitation to Participate stage of the procurement where they will have access to the detailed documentation. A list of the documentation to be provided at the different stages of this procurement will be found in Appendix A of 'EIU - ITP - About the Procurement' and further details of the assessment approach that will apply under this procurement, will be found in "EIU - ITP Vol1. Instruction for Suppliers."

Full notice text

Scope

Procurement description

AWE Plc ("AWE") is embarking on a critical transformation of its infrastructure as part of the national endeavour to support the UK's nuclear deterrent and has been refining and formalising a new approach to infrastructure delivery, designed to drive greater consistency, pace, and long-term value.

This model is being largely implemented via 3 programmes:

- Future Materials Campus: A programme to renew existing facilities for the manufacture of nuclear components, storage of nuclear materials, provide improved science and analysis capabilities, and invest in new capabilities for nuclear material recovery.

- Future Infrastructure Programme: a programme that focuses on delivering wider infrastructure needs e.g. new office accommodation; laboratories; testing facilities, site services, and advanced manufacturing facilities.

- Estates and Liabilities management: on-going liabilities management to run programmes that safely decommission and demolish legacy facilities and manage generated waste via seeking suppliers with experience of the same.

This framework focuses on upgrading the electrical network under FIP, with the possibility of some works supporting the Future Materials Campus.

Strategic aspirations are to upgrade and modernise AWE's electrical network infrastructure, improve network resilience and obsolescence management, to benefit from modern standards and requirements, while reducing the cost base of new infrastructure. The Electrical Infrastructure Upgrade Programme will grow significantly over the coming years, and AWE looks to appoint 2 partners through this procurement, with the capacity and capability to meet the programme's increasing demand.

The Framework is a zero-value contract against which AWE may call off work for the Electrical Infrastructure Upgrade programme. The Framework will provide no guarantee of any work to any Supplier, it is a contract mechanism against which AWE may (but is not obliged) to call off work from the relevant Supplier for the Electrical Infrastructure Upgrade Framework. Full Framework Information "ITP Volume 2 Framework Specification" will be available to Suppliers that have registered and been granted access, as below.

AWE will award a place on the Framework to the 2 highest scoring suppliers, that offer the most advantageous tenders that is, the tenders that balance price with quality, technical capability, and sustainability. There will be a transparent mechanism to award work under the Framework as set out in the procurement documents

Bidders should download, complete and sign the Electrical Infrastructure Non-Disclosure Agreement and Tender Security Questionnaire available from the Defence Sourcing Portal here https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=60647 and return these by email to: electricalinfrastructure@awe.co.uk. The deadline for submission of these documents is 12:00 on 23rd January 2026 in order to gain access to the Invitation to Participate and associated procurement documents.

Once AWE has reviewed and signed the documents where appropriate, Bidders will be invited to the Invitation to Participate stage of the procurement where they will have access to the detailed documentation.

A list of the documentation to be provided at the different stages of this procurement will be found in Appendix A of 'EIU - ITP - About the Procurement' and further details of the assessment approach that will apply under this procurement, will be found in "EIU - ITP Vol1. Instruction for Suppliers."

Main category

Works

Delivery regions

  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

Total value (estimated, excluding VAT)

650000000 GBP to 650000000GBP

Contract dates (estimated)

11 January 2027, 00:00AM to 09 January 2034, 23:59PM

Extension end date (if all the extensions are used): 08 January 2042

Is a framework being established?

Yes

Contracting authority

Atomic Weapons Establishment

Identification register:

  • GB-PPON

Address 1: AWE Aldermaston

Town/City: Reading

Postcode: RG7 4PR

Country: United Kingdom

Website: https://www.awe.co.uk

Public Procurement Organisation Number: PYCH-2579-LGTN

NUTS code: UKJ11

Contact name: FIP, Estates and Liabilities procurement team

Email: electricalinfastructure@awe.co.uk

Organisation type: Public authority - central government

Procedure

Procedure type

Competitive flexible procedure

Is this procurement under a special regime?

Defence and security

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Framework

Percentage fee charged to suppliers

0%

Maximum number of suppliers

2

Award method when using the framework

With and without reopening competition

Justification for framework term

AWE has a long term programme for electrical upgrades, refurbishment and replacements of substations, high voltage and low voltage cables. The selected Framework term of 15 years, that is 7 years plus a further 8 years (2 terms of 4 years each), aligns with guidance provided in the Construction Playbook on longer-term contracting and portfolios, noting that these arrangements enable standardisation and give Suppliers the certainty needed to invest in productivity and innovation. Adopting a 15 year framework aligns with these principles and will help maintain continuity and support stable supply chain mobilisation. Replacing suppliers mid-programme due to a shorter framework terms would disrupt delivery, cause remobilisation delays, increase risk and undermine the efficiencies and consistency the Playbook seeks to achieve

Framework operation description

There will be a transparent mechanism to award work under the Framework as set out in the procurement documents. Please refer to 'EIU - ITP - About the Procurement' document.

Lots

Divided into 1 lots

Lot number: 1

CPV classifications

  • 31200000 - Electricity distribution and control apparatus
  • 31670000 - Electrical parts of machinery or apparatus
  • 31682000 - Electricity supplies
  • 45100000 - Site preparation work
  • 45210000 - Building construction work
  • 45223820 - Prefabricated units and components
  • 45232220 - Substation construction work
  • 45232221 - Transformer substation
  • 45311000 - Electrical wiring and fitting work
  • 45317200 - Electrical installation work of transformers
  • 45317300 - Electrical installation work of electrical distribution apparatus
  • 45351000 - Mechanical engineering installation works
  • 45400000 - Building completion work

Delivery regions

  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

Lot value (estimated)

650000000 GBP Excluding VAT

780000000 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Contract start date (estimated)

11 January 2027, 00:00AM

Contract end date (estimated)

09 January 2034, 23:59PM

Extension end date (estimated)

08 January 2042, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The framework may be extended for a further 8 years (2 terms of 4 years each) giving the framework a maximum term of 15 years

Participation

Conditions

Economic

Conditions of participation

Suppliers must demonstrate that they have the legal standing to perform the contract and meet minimum financial thresholds. These thresholds are stated in the procurement documents.

Conditions

Economic

Conditions of participation

Suppliers must demonstrate relevant technical ability and experience in delivering similar projects in high-security and/or regulated environments. These conditions of participation are stated in the procurement documents.

This procurement involves a Defence and Security contract and classified information. AWE will undertake a security assessment against the information provided in the supplier registration before release of any associated procurement documents. Meeting the required national security clearance is a condition of participation. Suppliers will not be invited to participate further if, as a result of this assessment (or on other grounds), they do not meet the necessary security requirements. The procurement will operate within the relevant legislation to protect essential national security interests. If a Supplier has connections with any hostile entity or foreign state deemed to pose a risk to UK national security, or is otherwise considered not to possess the necessary reliability on national security grounds, AWE reserves the right to exclude them from the procurement.

Full details of all other conditions of participation, the evidence required, and the assessment methodology are provided in the procurement documents.

Conditions of participation

The Invitation To Participate will be assessed against the award criteria and weightings as follows:

- Capability 60%;

- Construction (Design and Management) Regulations and Principal Contractor capability 10%;

- Construction (Design and Management) Regulations and Principal Designer capability 10%;

- Health & Safety 5%;

- Quality 5%;

- Environment Management, Performance and Sustainability 10%.

This is in addition to pass/fail questions in terms of Cyber Security, Foreign Control and Ownership Information, Export Control, Construction (Design and Management) Regulations and Environmental Management, Performance, and Sustainability.

Award criteria

Weighting description

The award criteria to decide who will be awarded the contract after tenders have been submitted will be defined later, please refer to the Competitive Flexible Procedure description for further information in relation to this.

The Invitation To Participate stage will be assessed against the criteria and weightings as follows:

- Capability 60%;

- Construction (Design and Management) Regulations and Principal Contractor capability 10%;

- Construction (Design and Management) Regulations and Principal Designer capability 10%;

- Health & Safety 5%;

- Quality 5%;

- Environment Management, Performance and Sustainability 10%.

- This is in addition to pass/fail questions in terms of Cyber Security, Foreign Control and Ownership Information, Export Control, CDM and Environmental Management, Performance, and Sustainability.

Initial Tender submissions will be assessed against the award criteria using the weighted value for money index methodology. The overall weightings will be confirmed in the Invitation to Submit Initial Tender documents and will be distributed between the following ranges: 50-70% Quality (Technical and Social Value, with Social Value being weighted as at least 10%), 30-40% Commercial.

AWE reserves the right to refine award criteria at a later stage of the procurement process.

Further details can be found in 'EIU - ITP - About the Procurement' document, disclosed following completion and acceptance of the Non-Disclosure Agreement and Tender Security Questionnaire.

Type: price

Name

Commercial

Type: quality

Name

Quality

Contract terms and risks

Payment terms

All suppliers must comply with PPN018.

Submission

Documents

Expression of interest deadline

05 March 2026, 12:00PM

Enquiry deadline

19 February 2026, 12:00PM

Date of award of contract

02 November 2026, 23:59PM

Submission address and any special instructions

Responses must be submitted by the stipulated deadline via the Defence Sourcing Portal (https://contracts.mod.uk). Please note that the tender will be by invitation only following completion of the non-disclosure and tender security questionnaires. Access to the Opportunity Listing is open to any supplier.Any responses not submitted in this manner will not be considered. The deadline for submitting a non-disclosure agreement and tender security questionnaire is 23 January 2026 at 12:00, Invitation to Participate documents will be released 26 January 2026, the deadline for submitting an invitation is 5 March 2026 at 12:00.

Maximum number of suppliers to be invited to tender

5

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Expression of interest deadline

05 March 2026, 12:00PM

Enquiry deadline

19 February 2026, 12:00PM

Date of award of contract

02 November 2026, 23:59PM

Submission address and any special instructions

Responses must be submitted by the stipulated deadline via the Defence Sourcing Portal (https://contracts.mod.uk). Please note that the tender will be by invitation only following completion of the non-disclosure and tender security questionnaires. Access to the Opportunity Listing is open to any supplier.Any responses not submitted in this manner will not be considered. The deadline for submitting a non-disclosure agreement and tender security questionnaire is 23 January 2026 at 12:00, Invitation to Participate documents will be released 26 January 2026, the deadline for submitting an invitation is 5 March 2026 at 12:00.

Maximum number of suppliers to be invited to tender

5

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

ID

future

Document type

Bidding documents

Document type

1. Please download, complete and sign the following documents available from the Defence Sourcing Portal here https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=60647

-Electrical Infrastructure Non Disclosure Agreement

-Tender Security Questionnaire

2. Send completed documents to electricalinfrastructure@awe.co.uk.

3. AWE will review and sign the documents where appropriate, returning copies via email

4. AWE reserves the right to send further messages to bidders seeking clarity on the content of their submission. Please ensure you monitor inboxes and the portal for further updates.

5. Bidders that have completed and received counter-signed versions of the non-disclosure agreement and tender security questionnaire will be invited to the next stage.

6. The closing for submitting the non-disclosure agreement and tender security questionnaire is 23 January 2026 12:00 midday

7. The expected release date of the Invitation to Participate is 26 January 2026.

Details of documentation to be provided at the different stages of this procurement can be found in Appendix A of 'EIU - ITP - About the Procurement'

Coding

Commodity categories

ID Title Parent category
45400000 Building completion work Construction work
45210000 Building construction work Works for complete or part construction and civil engineering work
45317300 Electrical installation work of electrical distribution apparatus Other electrical installation work
45317200 Electrical installation work of transformers Other electrical installation work
31670000 Electrical parts of machinery or apparatus Electrical equipment and apparatus
45311000 Electrical wiring and fitting work Electrical installation work
31200000 Electricity distribution and control apparatus Electrical machinery, apparatus, equipment and consumables; lighting
31682000 Electricity supplies Electrical supplies and accessories
45351000 Mechanical engineering installation works Mechanical installations
45223820 Prefabricated units and components Structures construction work
45100000 Site preparation work Construction work
45232220 Substation construction work Ancillary works for pipelines and cables
45232221 Transformer substation Ancillary works for pipelines and cables

Delivery locations

ID Description
There are no delivery locations for this notice.

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.