Planning

Front-End Delivery (FED) (Infrastructure) Services Framework Agreement

  • AWE PLC

F16: Prior information notice for contracts in the field of defence and security

Notice identifier: 2023/S 000-012477

Procurement identifier (OCID): ocds-h6vhtk-03c584

Published 2 May 2023, 11:53am



Section one: Contracting authority/entity

one.1) Name, addresses and contact point(s)

AWE PLC

Aldermaston

READING

RG74PR

Contact

Capital SCM

For the attention of

Hannah Palmer

Email(s)

CapitalSCM@awe.co.uk

Country

United Kingdom

Companies House

02763902

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:

Front-End Delivery (FED) (Infrastructure) Services Framework Agreement

two.2) Type of contract and location of works, place of delivery or of performance

Services

Service category No 17: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services

NUTS code

  • UKJ1 - Berkshire, Buckinghamshire and Oxfordshire

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

AWE Plc ("AWE") is seeking expressions of interest for pre-market engagement for the establishment of a Framework Agreement for Front-End delivery services for various infrastructure projects, such as HVAC, gas pipework, hot/chilled water services, storage, workshop upgrades, and other civils / structural related projects. This framework agreement shall be awarded utilising the NEC4 Framework Agreement model with Professional Services Contract (PSC) call off contract terms included.

It is envisaged that the Framework Agreement shall be for a maximum term of 4 years (based on a minimum term of 2 years, with an option to extend for up to a further 2 years at AWE's discretion). The Framework Agreement is expected to have a value of circa £18.7m. This shall be a multi-supplier framework agreement, with any limitations to the number of suppliers to be awarded defined within any resulting procurement documentation.

As with the nature of a framework agreement, the award of subsequent call-off contracts shall be made via either further competition or defined direct award mechanism(s). Call-off contracts from the framework agreement shall be to deliver the following deliverables:

Phase - Deliverables:

1) Concept (Stage Gate 0 -1)

• Validation of extant capability requirements

• Optioneering Report(s)

2) Definition (Stage Gate 1-2)

• Project Definition, including outline delivery strategy

• Project Requirements Document, including Verification & Validation Plan

• Basis of Design / Concept Design

3) Design (Stage Gate 2-3)

• Detailed Design Data Pack, inclusive of all supporting artefacts to substantiate the proposed design

The key objectives of the deliverables are:

• Improved reliability of the AWE programme in which the deliverables are to be utilised;

• Improved availability of the AWE programme in which the deliverables are to be utilised;

• Improved maintenance of the AWE infrastructure;

• Value for money across the programme, services and deliverables; and

• An overall reduction in AWE asset risks.

The expectation would be that any awarded supplier would have demonstrable capability, professional experience and capacity to deliver the requirements and contracted phases of the linear project lifecycle including Concept (SG0 - SG1), Definition (SG1 - SG2), and Design (SG2 - SG3), any of the Infrastructure projects.

The awarded supplier should also have demonstrable experience in relation to Health & Safety at Work Act 1974 (HSWA), the Ionising Radiations Regulations (IRR99), and the Radiation (Emergency Preparedness and Public Information) Regulations 2001 (REPPIR).

The expectation would be for a supplier to self-deliver these deliverables, with minimal subcontracting arrangements.

The purpose of this PIN is for AWE to carry out pre-market engagement with suppliers to investigate the current market capabilities and gain knowledge about existing and future service offerings which may assist informing AWE in the development of the sourcing strategy.

For clarity this PIN is not a call for competition, but for pre-market engagement and information gathering only.

Further information regarding AWE can be found at https://www.awe.co.uk/. Further information regarding AWE's Supplier Assurance expectations can be found at https://www.awe.co.uk/responsible-business/our-suppliers/supplier-assurance/

Estimated value excluding VAT

£18,400,000

Lots

This contract is divided into lots: No

two.5) Common procurement vocabulary (CPV)

  • 71320000 - Engineering design services

two.6) Scheduled date for start of award procedures and duration of the contract

Scheduled date for start of award procedures: 19 July 2023

Duration in months: 24 (from the award of the contract)

two.7) Additional information

Please note that this PIN and any subsequent pre-market engagement activity is not a call for competition, and should any procurement result, appropriate procurement documentation will be released at that stage.

Suppliers should send their expression of interest to CapitalSCM@awe.co.uk with the subject "PIN Expression of Interest - FED Infrastructure", by 19/05/2023 ("Expression of Interest Deadline").

AWE intends to engage with respondents to this PIN by providing a PIN Questionnaire to be completed and submitted to AWE for their consideration.

For the avoidance of doubt, this pre-market engagement exercise is not part of a formal procurement process. Any decision by a potential participant to respond or not respond to the pre-market engagement will have no impact on or reflect in any manner on any future procurement process.

After receipt of expression of interest, AWE shall provide suppliers with a Security Aspects Letter (SAL) and/or Non-Disclosure Agreement (NDA) to participate in the further PME. AWE reserves its rights to take any step required to protect essential security interested, including its right to reject any supplier who does not meet our minimum-security standards.


Section six: Complementary information

six.2) Additional information

How to Apply:

Follow the instructions given in Section III.

About the Buyer

Contact Name: Capital SCM

Address: AWE Aldermaston Reading RG7 4PR England

Email: CapitalSCM@awe.co.uk