Tender

Provision of Relocation Partner

  • AWE Plc

F02: Contract notice

Notice identifier: 2023/S 000-020612

Procurement identifier (OCID): ocds-h6vhtk-03e2e2

Published 18 July 2023, 11:15am



Section one: Contracting authority

one.1) Name and addresses

AWE Plc

Aldermaston

Contact

AWE Professional Services 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/

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 the above-mentioned address

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

Ministry or any other national or federal authority

one.5) Main activity

Defence


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Relocation Partner

two.1.2) Main CPV code

  • 79613000 - Employee relocation services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.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.

two.2.5) Award criteria

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

two.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

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

Date

25 August 2023

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

4 September 2023

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court Royal Court of Justice

The Strand London

WC2A 2LL

Email

RCJ.DCO@justice.gov.uk

Country

United Kingdom