Section one: Contracting authority/entity
one.1) Name, addresses and contact point(s)
AWE PLC
Aldermaston
READING
RG74PR
Contact
Amber Choudry
For the attention of
Amber Choudry
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
Body governed by public law
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
Sustainment Delivery Partnership
two.1.2) Type of contract and location of works, place of delivery or of performance
Services
NUTS code
- UKJ - South East (England)
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 several operators
Number of participants to the framework agreement envisaged: 5
Duration of the framework agreement
Duration in years: 7
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between £385,000,000 and £654,000,000
two.1.5) Short description of the contract or purchase(s)
AWE Plc wishes to establish a Sustainment Delivery Partnership framework in support of the Plutonium Technology Centre (PTC) - a key facility within its Future Infrastructure Portfolio. The SDPs would work as part of an integrated team to plan, design and deliver the sustainment programme in the PTC based on a high-performance culture and best practice.
We have undertaken market engagement prior to this contract notice to gather information from the market on the proposed SDPs. Based on discussions and analysis, we have determined the following SDPs: Programme Partner (x1), Optioneering Partner (x1), Design & Delivery Partners (x2) & Enhanced Asset Operation Partner (x1).
two.1.6) Common procurement vocabulary (CPV)
- 50600000 - Repair and maintenance services of security and defence materials
Additional CPV code(s)
- 50610000 - Repair and maintenance services of security equipment
- 79993000 - Building and facilities management 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
two.1.8) Lots
This contract is divided into lots: Yes
Tenders may be submitted for one lot only
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
AWE will award a framework to five partners to deliver four key areas of services:
1. Programme Partner (x 1 supplier) will be responsible for working closely with AWE to oversee the supply chain and ensure effective planning, delivery, oversight, and control of work.
2. Optioneering Partner (x 1 supplier) will establish and assess AWE's requirements for maintenance and re-kit, develop and document options, and apply rigorous option assessment criteria before developing robust Scope of Works (SOW). The supplier will maintain a close relationship with AWE to improve and standardise processes.
3. Design & Delivery Partners (x 2 suppliers): will be responsible for progressing a SOW from concept design through detailed design to installation and commissioning. This will include the production of concept designs, detailed designs and their substantiation, sourcing, manufacturing installation and build as well as production of technical documentation and commissioning of equipment.
4. Enhanced Asset Operations Partner (x 1 supplier) will support AWE to carry-out a range of routine and planned maintenance tasks against a rolling schedule of work, to support the maintenance of assets through their lifecycle.
It is envisaged that the framework shall be for a minimum term of 7 years (including an option to extend for a further 1 x 3-year extension at AWE's discretion).
Information about lots
Lot No
1
Lot title
Programme Partner
2) Common procurement vocabulary (CPV)
- 50600000 - Repair and maintenance services of security and defence materials
Estimated value excluding VAT
Range: between £29,000,000 and £50,000,000
Lot No
2
Lot title
Optioneering Partner
2) Common procurement vocabulary (CPV)
- 50600000 - Repair and maintenance services of security and defence materials
Estimated value excluding VAT
Range: between £39,000,000 and £66,000,000
Lot No
3
Lot title
Design & Delivery Partners
2) Common procurement vocabulary (CPV)
- 50600000 - Repair and maintenance services of security and defence materials
Estimated value excluding VAT
Range: between £281,000,000 and £476,000,000
Lot No
4
Lot title
Enhanced Asset Operations Partner
2) Common procurement vocabulary (CPV)
- 50600000 - Repair and maintenance services of security and defence materials
Estimated value excluding VAT
Range: between £36,000,000 and £62,000,000
Section three. Legal, economic, financial and technical information
three.1) Conditions relating to the contract
three.1.4) Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information
Suppliers' core bid team are required to hold SC clearance at a minimum. Detailed security clearance requirements per lot will be located in the procurement documents.
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 Supplier Selection Questionnaire (SSQ) 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 Supplier Selection Questionnaire (SSQ) 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 Supplier Selection Questionnaire (SSQ) 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 13 and maximum number 18
Objective criteria for choosing the limited number of candidates: Detailed objective criteria is located in the procurement documents. Following the assessment of Candidates' SSQ Submissions, a shortlist of a minimum number of Candidates per lot that have passed all relevant sections of the SSQ will be compiled. For Lots 1, 2, & 4 the min and max number of suppliers shortlisted is 3 & 4 respectively and for Lot 3 it is 4 and 6 respectively. The Client reserves the right to amend the minimum and maximum number of Candidates for any lot, during the SSQ qualification stage.
If the SSQ assessment results in a tie between two or more Candidates ranked for the final shortlist decision for the respective Lot, the Client reserves the right to review scores awarded to all questions individually. The party with the fewest questions awarded a score of zero will progress to the shortlist. If this is not conclusive, the Client will consider the fewest questions awarded a score of one, and then three, and so on, until a conclusive break to progress the tied Candidates through to the next stage of this Procurement.
four.2) Award criteria
four.2.1) Award criteria
The most economically advantageous tender in terms of the criteria stated below
Technical. Weighting 70
Commercial. Weighting 30
four.3) Administrative information
four.3.2) Previous publication(s) concerning the same contract
Prior information notice
Notice number: 2024/S 000-023574
Other previous publications
no
four.3.4) Time limit for receipt of tenders or requests to participate
Originally published as:
31 January 2025
Changed to:
14 February 2025
See the change notice.
four.3.6) Language(s) in which tenders or requests to participate may be drawn up
English
Section six: Complementary information
six.3) Additional information
Regarding the award criteria in section IV.2.1) The detailed Award Criteria requirements per lot differ and are stated in the procurement documents which will follow.
The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please contact SDPProcurement@awe.co.uk to register your interest in this procurement.
six.4) Procedures for appeal
six.4.2) Lodging of appeals
Precise information on deadline(s) for lodging appeals: Appeal procedures are as per DSPCR