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
Contact
Simon Bartlett
For the attention of
capitalscm
Email(s)
Telephone
+44 1189814111
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
Section two: Object
two.1) Title attributed to the contract by the contracting authority/entity:
Delivery partner to AWE Project Lyra
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
Within an existing building at the AWE site, Burghfield, Berkshire, UK.
NUTS code
- UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
two.3) Information on framework agreement
The notice involves the establishment of a framework agreement: No
two.4) Short description of nature and scope of works or nature and quantity or value of supplies or services
AWE is seeking to establish and work with a tier 1 Delivery Partner associated with the following requirement:
A Delivery Partner to work with AWE on a defined Project, named; 'Lyra Main Works'. The broad overarching scope is for the Delivery Partner to be a Tier 1 partner with the AWE programme team to deliver and manage; Design, Installation and Re-Kit of several sectors within and existing explosive/hazardous building with other Tier 2, 3... etc. suppliers/contractors, located on the AWE, Burghfield site.
The location of the AWE Burghfield site is covered by a Nuclear Site Licence and an Explosives Site Licence and various Environmental permits which 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 site is also subject to Control of Major Accident Hazards Installation (COMAH) (Lower Tier).
Project LYRA has been split into 2 Works Packages (WP1 and WP2). This PIN deals purely with WP2; WP2 is the re-kit and commissioning of several sectors in an existing building.
The scope of the Lyra WP2 project involves:
• A Delivery Partner (DP) to work with the Intelligent Client/Customer team
• DP to undertake the roles of Principal Designer and Principal Contractor
• Taking AWE's 'output spec' / concept requirements and delivering full design
• Offsite construction where required; (e.g. Glove boxes)
• On-site build/Installation works.
• Welfare facilities during Construction Phase (Provided by AWE)
• To provision/tie into an existing building HVAC.
• Electrical distribution.
• Building Control (through Distributed Control System and PA System);
• Safety Systems (e.g., fire detection);
• Security Systems (e.g., control of access/egress to construction areas);
• Building Services.
• Process Plant & Equipment (PP&E)
• IT infrastructure.
CAPACITY TO DELIVER
The Lyra works form part of a wider programme of works that are ongoing on the Site. Therefore, it is critical that the Contractor is able to meet the project programme dates as stated in this document. As part of any ITT the Client will evaluate Supplier's capacity to mobilise resources onto the Site and meet project programme dates specified.
Key capabilities of the supplier are to include:
• Management of design
• Safety Case
• Integrate PP&E
• Re-kit of Nuclear building Facilities
The project has notable constraints including the following:
• Access
• Live building, works undertaken will be in an operational building
• Security requirements and adherence
Estimated value excluding VAT
Range: between £100,000,000 and £200,000,000
Lots
This contract is divided into lots: No
two.5) Common procurement vocabulary (CPV)
- 45213220 - Construction work for warehouses
Additional CPV code(s)
- 45214620 - Research and testing facilities construction work
two.6) Scheduled date for start of award procedures and duration of the contract
Scheduled date for start of award procedures: 1 May 2024
Start date: 1 June 2024
End date: 1 December 2029
two.7) Additional information
It is requested that if your company is interested in further information concerning this PIN and future bidding opportunity that in the first instance please reply to
capitalscm.co.uk or simon.bartlett2@awe.co.uk
to request an 'Acknowledgement Proforma' to be completed and returned or proforma can be found on find a tender.
Please request proforma or expression of interest before Friday
September 29th
Please be aware that the suppliers responding will then be requesting to complete and NDA prior to further project information being sent.
SECURITY CLEARED RESOURCES
Due to the location and sensitivity of the works, Contractor's staff working on site (and Off site- design, Engineering, Assurance) must hold security clearance for the delivery of the contract. Depending on staff roles and responsibilities, security clearance is required for the onsite delivery of this contract at SC (Security Check) or DV (Developed Vetting) level. The current estimated timescales to obtain clearances are:
• SC: up to 3 months
• DV: up to 12 months
Section six: Complementary information
six.2) Additional information
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.