Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
AWE PLC
AWE
READING
RG74PR
For the attention of
Project LYRA Procurement Team
Email(s)
Country
United Kingdom
Companies House
02763902
Internet address(es)
General address of the contracting authority/entity
Further information
Further information can be obtained from the above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from
The above-mentioned contact point(s)
Tenders or requests to participate must be sent to
The above-mentioned contact point(s)
one.2) Type of the contracting authority
Other type
Non-Departmental Public Body
one.3) Main activity
Defence
one.4) Contract award on behalf of other contracting authorities/entities
The contracting authority is purchasing on behalf of other contracting authorities:
No
Section two: Object of the contract
two.1) Description
two.1.1) Title attributed to the contract by the contracting authority
LYRA Delivery Partner
two.1.2) Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance
Within an existing building at the AWE site, Burghfield, Berkshire, UK.
NUTS code
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
two.1.3) Information on framework agreement
The notice involves the establishment of a framework agreement
two.1.4) Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 12
Justification for a framework agreement, the duration of which exceeds seven years
The length of the project justifies an exemption from the seven-year length of the framework agreement. This is as per DSPCR 2011(20)(10) technical difficulties which a change in supplier will cause.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between £250,000,000 and £400,000,000
two.1.5) Short description of the contract or purchase(s)
AWE Plc ("AWE") is embarking on a critical transformation of its infrastructure as part of the national endeavour to support the United Kingdom's nuclear deterrent. We have three major infrastructure programmes:
1) Future Materials Campus (FMC) - focusing on the required investment to renew AWE's manufacturing and storage capability for nuclear materials and increasing capability for material recovery.
2) Future Infrastructure Programme (FIP) - focusing on delivering AWE's wider infrastructure needs in relation to new office accommodation; laboratories; testing facilities, site services, and advanced manufacturing facilities.
3) Liabilities management - Our sites have been operating for a number of decades, and as a result many facilities are reaching the end of their operational life. Liabilities management runs programmes to safely decommission and demolish these legacy facilities and manage the wastes generated.
This opportunity relates to a complex high hazard plant at AWE Burghfield site and is one of the critical facilities to be delivered as part of the FIP programme.
Further information regarding AWE can be found at https://www.awe.co.uk/ (https://www.awe.co.uk/)
AWE is seeking to establish a single supplier framework to contract and work with a strategic delivery partner on a Tier 1 basis with the overarching scope of delivering and the managing design, installation and re-kit of several sectors within an existing explosives/hazardous building located on the AWE Burghfield site,
The Framework will have capacity to deliver two main packages of work:
1) Work Package 2 (Early works package): To deliver the wider facility investment in mechanical, electrical and HVAC systems upgrade. This will include supply and installation of mechanical & electrical services, control & instrumentation, architectural fit-out, specialist doors, and process plant & equipment. This will occur in the first phase of the contract.
2) Work Package 1 (Main works package): Front-end development of mission delivery specific activities; production of options appraisal, safety case processes, the supply and installation of mechanical & electrical services, control & instrumentation and process plant & equipment. This will occur in the second phase of the contract and the award of this phase is subject to strong performance in Work Package 2.
The work packages have been numbered in the manner due to the order in which the business cases were produced, this will not affect delivery.
The location of the works is our Burghfield site, which is covered by a Nuclear Site Licence and Explosives Site Licence and various environmental permits, places strict demands for compliance with these Licences associated with working in such an environment. Each Contractor shall comply with and carry out works in accordance with the Client's security requirements. The sites are also a Control of Major Accident Hazards Installation (COMAH) (Lower Tier).
The Contracting Authority intends to use an e-tendering system for this procurement exercise (the Defence Sourcing Portal or "DSP"). Interested parties are required to register their interest by contacting aweprojectlyra@awe.co.uk, when further information will be provided. Please include the following information in your email:
• Subject: "EOI LYRA Delivery Partner Procurement"
• Key Contact Name
• Company Name
• If you already have a DSP account - the name of your organisation, and the username and email address for the primary point of contact as registered in DSP
Upon receipt of your expression of interest, you will be sent a Confidentiality Agreement for signing and a proforma for completion. The Confidentiality Agreement must be signed and returned to the above email address, at which point AWE will conduct a security assessment based on the information provided in the proforma. You will also be provided with guidance on how to create an account on the DSP if you do not already have one.
Only suppliers who meet AWE's security requirements and have received a countersigned Confidentiality Agreement will be granted access to the Pre-Qualification Questionnaire (PQQ) documentation through the e-tendering system.
Candidates who have submitted expressions of interest prior to 27 February 2025 and satisfied the confidentiality requirements noted above, will simultaneously be given access to the PQQ documentation and the e-tendering system on 27 February 2025. No Candidate will be granted access before this date. Any Candidate who submits an expression of interest after 27 February 2025 and satisfies the confidentiality requirements noted above, will be given access as soon as possible thereafter. Receiving access to the PQQ after the 27 February 2025 will not entitle a supplier to an extension.
AWE will be procuring the contract under the negotiated procedure with prior publication of a contract notice (the "competitive negotiated procedure"), and reserves the right not to negotiate. It will follow a two-stage approach:
1) Stage 1: Pre-qualification questionnaire: Information will be available at OFFICIAL level, and will be used to shortlist suppliers
2) Stage 2: Tender stage, information will be available at OFFICIAL SENSITIVE level (including Invitation to submit initial tenders, Invitation to negotiate [if used], and Invitation to submit final tenders [if used].
This will be detailed fully in the in the procurement documentation.
two.1.6) Common procurement vocabulary (CPV)
- 45220000 - Engineering works and construction works
Additional CPV code(s)
- 45210000 - Building construction work
- 50600000 - Repair and maintenance services of security and defence materials
- 71310000 - Consultative engineering and construction services
- 79415200 - Design consultancy services
two.1.7) Information about subcontracting
The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified
two.1.8) Lots
This contract is divided into lots: No
two.1.9) Information about variants
Variants will be accepted: No
two.2) Quantity or scope of the contract
two.2.1) Total quantity or scope
Estimated value excluding VAT:
Range: between £250,000,000 and £400,000,000
two.2.2) Information about options
Options: No
two.2.3) Information about renewals
This contract is subject to renewal: No
two.3) Duration of the contract or time limit for completion
Duration in months: 144 (from the award of the contract)
Section three. Legal, economic, financial and technical information
three.1) Conditions relating to the contract
three.1.1) Deposits and guarantees required
The criteria is located in the procurement documents. Candidates are reminded that the eligibility requirements in the Pre-Qualification Questionnaire (PQQ) apply throughout the Procurement.
three.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
These arrangements will be set out in the contract documents, which will be provided at ITT stage following successful pre-qualification in accordance with the procurement procedure.
three.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
In the event of a bid by a consortium or joint venture, AWE reserves the right to require the formation of any entity with whom AWE will contract (together with the provision of relevant guarantees).
three.1.5) Information about security clearance
Candidates which do not yet hold security clearance may obtain such clearance until: 22 May 2026
three.2) Conditions for participation
three.2.1) Personal situation
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The criteria is located in the procurement documents. Bidders are reminded that the eligibility requirements in the Pre-Qualification Questionnaire (PQQ) apply throughout the Procurement.
Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The criteria is located in the procurement documents. Bidders are reminded that the eligibility requirements in the Pre-Qualification Questionnaire (PQQ) apply throughout the Procurement.
three.2.2) Economic and financial ability
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: The criteria is located in the procurement documents. Bidders are reminded that the eligibility requirements in the Pre-Qualification Questionnaire (PQQ) apply throughout the Procurement.
three.2.3) Technical and/or professional capacity
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: The criteria is located in the procurement documents. Bidders are reminded that the eligibility requirements in the Pre-Qualification Questionnaire (PQQ) apply throughout the Procurement.
Section four: Procedure
four.1) Type of procedure
four.1.1) Type of procedure
Negotiated
four.1.2) Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3 and maximum number 4
Objective criteria for choosing the limited number of candidates: Detailed objective criteria is located in the procurement documents, including choosing in the event of a tie-breaker as per paragraph 2.4 in the PQQ Instructions document.
four.1.3) Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated: no
four.2) Award criteria
four.2.1) Award criteria
the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
four.3) Administrative information
four.3.2) Previous publication(s) concerning the same contract
Prior information notice
Notice number: 2024/S 000-033617
Other previous publications
no
four.3.4) Time limit for receipt of tenders or requests to participate
9 April 2025 - 10:00am
four.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
22 May 2025
four.3.6) Language(s) in which tenders or requests to participate may be drawn up
English
Section six: Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
AWE may reserve the right to award the contract based on initial tender as per DSPCR 2011(49).
AWE reserves the right to discontinue at any stage any procurement it commences, reject all or any of the bids for the competition and not to appoint any Bidders. AWE is subject to the Freedom of Information Act 2000 and the Environmental Information Regulations 2002. The estimated contract value articulated at II.2.1 is an estimate only and AWE makes no guarantee regarding spend under any contract, if awarded.
six.4) Procedures for appeal
six.4.1) Body responsible for appeal procedures
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/
six.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Appeals should be lodged in accordance with the Defence and Security Public Contracts Regulations 2011.