Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  AWE Plc
  Aldermaston
  UK
  
            Contact person: AWE Professional Services Procurement
  
            E-mail: aweprocurement@awe.co.uk
  
            NUTS: UKJ
  Internet address(es)
  
              Main address: https://www.awe.co.uk/
 
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.awe.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.awe.co.uk/
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Defence
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Provision of Relocation Partner
II.1.2) Main CPV code
  79613000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  AWE is tendering for the provision of a Relocation Service Provider on a UK & Global scale for assignees & new hires. The requirement comprises but is not limited to the following services:
  Visa Advice and Applications, Arrangement of Accommodation, Home Search Services, School Search Services, Settling In Services, Spouse Support, Departure Service, Cultural Awareness Training, Expense Management, Cost Projections, Policy Consulting, Move Management Services, In Country Transport Services.
  II.1.5) Estimated total value
  Value excluding VAT: 
			3 000 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.3) Place of performance
    NUTS code:
    UKJ
    II.2.4) Description of the procurement
    AWE is tendering for the provision of a Relocation Service Provider on a UK & Global scale for assignees & new hires. The requirement comprises but is not limited to the following services:
    Visa Advice and Applications, Arrangement of Accommodation, Home Search Services, School Search Services, Settling In Services, Spouse Support, Departure Service, Cultural Awareness Training, Expense Management, Cost Projections, Policy Consulting, Move Management Services, In Country Transport Services.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 36
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    To be determined
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
 
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Restricted procedure
                        
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              25/08/2023
  IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
  
              Date:
              04/09/2023
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.4) Procedures for review
  VI.4.1) Review body
  
    The High Court Royal Court of Justice
    The Strand London
    WC2A 2LL
    UK
    
            E-mail: RCJ.DCO@justice.gov.uk
   
 
VI.5) Date of dispatch of this notice
18/07/2023