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