Tender

AWE Industrial, Medical and Special Gases and Associated Equipment and Services

  • AWE Plc

F02: Contract notice

Notice identifier: 2024/S 000-004985

Procurement identifier (OCID): ocds-h6vhtk-03e39d

Published 14 February 2024, 4:09pm



Section one: Contracting authority

one.1) Name and addresses

AWE Plc

AWE Plc, Aldermaston,

Reading

RG7 4PR

Contact

AWE Procurement

Email

aweprocurement@awe.co.uk

Country

United Kingdom

Region code

UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

Internet address(es)

Main address

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

one.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 another address:

AWE Plc

AWE Aldermaston

Reading

RG7 4PR

Contact

AWE Procurement

Email

aweprocurement@awe.co.uk

Country

United Kingdom

Region code

UKJ - South East (England)

Internet address(es)

Main address

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

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Other type

Non-Departmental Public Body

one.5) Main activity

Defence


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

AWE Industrial, Medical and Special Gases and Associated Equipment and Services

two.1.2) Main CPV code

  • 24100000 - Gases

two.1.3) Type of contract

Supplies

two.1.4) Short description

AWE is looking to appoint a supplier to supply its requirements for industrial, medical and special gases and associated equipment and services.

two.1.5) Estimated total value

Value excluding VAT: £19,300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 24110000 - Industrial gases
  • 24111000 - Hydrogen, argon, rare gases, nitrogen and oxygen
  • 24111100 - Argon
  • 24111200 - Rare gases
  • 24111300 - Helium
  • 24111500 - Medical gases
  • 24111600 - Hydrogen
  • 24111700 - Nitrogen
  • 24111800 - Liquid nitrogen
  • 24111900 - Oxygen
  • 24112100 - Carbon dioxide
  • 24112200 - Nitrogen oxides
  • 24113200 - Compressed air
  • 24311900 - Chlorine
  • 24321115 - Acetylene
  • 31711400 - Valves and tubes
  • 38420000 - Instruments for measuring flow, level and pressure of liquids and gases
  • 38421110 - Flowmeters
  • 38423000 - Pressure-measuring equipment
  • 38423100 - Pressure gauges
  • 38431100 - Gas-detection apparatus
  • 42131140 - Pressure-reducing, control, check or safety valves
  • 42131141 - Pressure-reducing valves
  • 42131142 - Control valves
  • 42131147 - Safety valves
  • 42131170 - Gas-cylinder outlet valves
  • 42131320 - Choke manifolds
  • 42131390 - Assemblies of valves
  • 44523200 - Mountings
  • 44523300 - Fittings
  • 44612000 - Liquefied-gas containers
  • 44612100 - Gas cylinders
  • 44612200 - Gas tanks
  • 63121110 - Gas storage services
  • 80550000 - Safety training services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

AWE is looking to appoint a supplier to supply its requirements for industrial, medical and special gases and associated equipment and services post expiry of its existing contract which expires on 31st December 2024. A procurement is required to secure future supplies under a new contract. Whilst AWE is seeking a supply solution managed through a single supplier, the supplier can meet the requirements either directly through its own production facilities or by leveraging its supply chain by sub-contracting.

The supply of products and associated services will support the AWE sites at both Aldermaston and Burghfield. At present there are no plans to service other sites, however it should be noted that during the life of the contract term, the infrastructure and layout of the site may change which may in turn lead to required changes in respect of the in scope services.

In respect of the requirements, the following are deemed in scope.

1. Compressed Industrial Gases

2. Compressed Medical Gases

3. Compressed Research/Special Gases and Gas Mixtures

4. Bulk Gases in Liquid Form

5. Cryo Liquids in Small Vessels

6. Solid Carbon Dioxide (CO2, ‘Dry Ice’)

7. Gas Regulators and Handling Equipment

8. Assorted Fixtures and Fittings

9. Maintenance and Inspection Services

10. Rental of Gases Tanks

11. Delivery Services

12. Gas Safety Training Courses

13. Demand and Inventory Management

During the course of the Contract AWE may require additional gases to be provided in addition to those specified above.

To access the full suite of tender documents interested parties must:

• Email aweprocurement@awe.co.uk confirming the following:

1. Company name

2. Named contact and email address for future tender communications

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £19,300,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 January 2025

End date

31 December 2029

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Whilst AWE is seeking a supply solution managed through a single supplier, the supplier can meet the requirements either directly through its own production facilities or by leveraging its supply chain by sub-contracting to relevant trusted sub-contractors. AWE has specific security requirements. These are specified in the procurement documents which can be accessed in accordance with I.3.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-020866

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 March 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

15 April 2024

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 1 January 2025


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/you-and-the-judiciary/going-to-court/high-court/