Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
AWE PLC
Room 20,Building F161.2 Atomi, C Weapons Establishment
READING
RG74PR
Email(s)
Country
United Kingdom
Justification for not providing organisation identifier
Not on any register
Internet address(es)
General address of the contracting authority/entity
Further information
Further information can be obtained from the above mentioned contact point(s)
one.2) Type of the contracting authority
Body governed by public law
one.3) Main activity
Defence
one.4) Contract award on behalf of other contracting authorities/entities
The contracting authority/entity is purchasing on behalf of other contracting authorities/entities:
No
Section two: Object
two.1) Title attributed to the contract by the contracting authority/entity:
Construction small works and Services
two.2) Type of contract and location of works, place of delivery or of performance
Works
Main site or location of works, place of delivery or of performance
West Berkshire
NUTS code
- UKJ - South East (England)
two.3) Information on framework agreement
The notice involves the establishment of a framework agreement: Yes
two.4) Short description of nature and scope of works or nature and quantity or value of supplies or services
Atomic Weapons Establishment Plc ("AWE") is looking to engage with the market to help inform its sourcing strategy and understand supplier capability to support the Estates & Liabilities team through the provision of construction works and associated services in a capacity of Principal Contractor and Principal Designer (under CDM 2015) across a range of capabilities including roofing, refurbishment, mechanical & electrical and civils & structural, as well as associated construction professional services, in its Aldermaston, Burghfield and Blacknest sites.
AWE are considering a framework agreement with three suppliers for a period of up to 7 years.
Call-offs under the framework will be issued via direct award or further competition.
Estimated value excluding VAT
Range: between £400,000,000 and £500,000,000
Lots
This contract is divided into lots: No
two.5) Common procurement vocabulary (CPV)
- 45000000 - Construction work
Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.6) Scheduled date for start of award procedures and duration of the contract
Start date: 3 June 2024
End date: 31 July 2024
two.7) Additional information
For more than 70 years, AWE has supported the UK Government's nuclear defence strategy and the Continuous At Sea Deterrent. We also use our nuclear know-how and technical expertise to provide innovative solutions that support the UK's counter-terrorism and nuclear threat reduction activities.
As part of its mission, AWE is looking to engage with the market to understand supplier capability to support the Estates & Liabilities team through the provision of construction works and associated services in a capacity of Principal Contractor and Principal Designer (under CDM 2015) across a range of capabilities including roofing, refurbishment, mechanical & electrical and civils & structural, as well as associated construction professional services, in its Aldermaston, Burghfield and Blacknest sites.
We are requesting information on your capability and capacity to provide the construction works and associated services outlined below and further information within an RFI to support us in developing our sourcing strategy.
The scope of Services being considered is not limited to, but represented by:
• Refurbishment Works
• Roofing Works
• Mechanical & Electrical Works
• HVAC
• Civils & Structural Works
• Asbestos Consultancy and Disposal Services
• Energy Efficiency Consultancy
• Building Management and Fire Protection
• Construction Professional Services inclusive of Design, Assurance and Discrete professional services across the project lifecycle
• Principal Contractor and Principal Designer capability
AWE is especially interested in providers who have experience of providing small scale construction works and services (construction works and services projects will range from circa £100k to circa £7m) in secure and sensitive environments and who have acted in a capacity of Principal Contractor and Principal Designer under the Construction Design and Management Regulations (CDM 2015).
In respect of the requirements, the works and services must be delivered with a minimum of BPSS cleared staff who are eligible for Security Clearance and a majority of SC cleared staff. In the future a proportion of DV staff will be required.
Furthermore, the supplier must be able to match or be willing and able to demonstrate the ability to match Cyber Essentials Plus by scheduled award date.
Section six: Complementary information
six.2) Additional information
To support the development of our procurement strategy and understand how the market can support and fulfil AWE requirements, AWE is requesting interested parties to submit the proforma; available from AWEProcurement@awe.co.uk, including in the title of your email submission "Construction Small Works - [Supplier Name]".
Once the necessary security checks have been carried out using information submitted in the proforma, if successful, the RFI will be sent to the nominated email in your proforma.
Responses to the RFI should be submitted via email to AWEProcurement@awe.co.uk, including in the title of your email submission "Construction Small Works - [Supplier Name]".
We ask that you register your interest in this PIN and respond to the Request for information (RFI) by 25th March 2024 16:00 GMT.
A Supplier Briefing will be hosted virtually on 19th March 2024 14:00 GMT to provide further information to potential bidders.
To receive an invitation to the Supplier Briefing presentation the proforma must be completed and returned by 13th March 13:00 GMT.
The nature of this PIN is such that AWE intends to operate restrictions within the relevant procurement regulations in order to protect essential national security interests. If an economic operator has connections with any hostile entity or foreign states which are deemed by AWE to pose a risk to the UK's national security interests or is otherwise considered not to possess the reliability necessary to exclude risks to the security of the United Kingdom, AWE reserves its right to exclude them from this exercise.
In issuing this PIN and engaging with the market, the AWE is not committing to conduct any procurement in relation to this Programme. Equally non-participation in this Market Engagement will not be taken into account in any future procurement activities and will not preclude any organisation from submitting a tender in any future competitions.
Note: The nature of this contract is such that the award will be subject to supplier's passing AWE's security requirements as dictated by its site licenses.