Loading page content…
Loading page content…
Loading contract search results…
73 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
AWE intends to award a single supplier Contract for the provision of occupational health services. This occupational health requirement will comprise, but shall not be limited to, the following service elements: 1. Service Management; 2. Support Desk; 3. Clinical and Operational Governance; 4. Occupational Health Management System; 5. Occupational Health Services, incorporating: • Health Assessments; • Absence and Case Management; • Drug & Alcohol Testing; • Assessment and Treatment Clinics; • Neurodivergent and other types of assessment 6. Emergency Medical Response and Patient Transport; 7. Health & Wellbeing; 8. Training Services; 9. Medical Support to Construction Enclaves; 10. Quality Assurance 11. Health, Safety and Environmental Management; 12. Record Keeping and Documentation Management; 13. Training and Development; 14. Service Reporting; 15. Approval and Management of Subcontractors Further detail on the requirements above will be found in the Tender documents.
£12,000,000
Contract value
The Contractor who is selected to execute these works on behalf of Wythenshawe Community Housing Group will be required to carry out the remedial works arising from risk assessments carried out under The Dangerous Substances and Explosive Atmospheres Regulations (DSEAR).
£187,344
Contract value
The Tenant Satisfaction Measures introduced on 1st April 2023 consist of a set of perception measures and a set of management measures that all housing associations now need to report on. We are looking to appoint a research company to conduct a survey with our tenants and customers in line with the TSM perception survey guidelines. We have an internal data and insight team and will require access the raw data, as well as the analysis provided by the successful partner. We now have data available from; a trial TSM in October 2022, TSM 2023/24, TSM 2024/25 to measure against any changes. This contract is for the delivery of the first survey in June/July 2025.
Value undisclosed
Wythenshawe Community Housing Group (WCHG) are hosting an event which will focus on a Building Works “Open Framework” we are looking to put in place, as well as the contracts WCHG are looking to procure in the coming months and the standards we require of Contractors for all our Building Works Contracts. Also to be outlined in this event is our approach to: - Responsive Repairs - Voids - Investment Programme - Multi-Trade Contractors - Small Contractors We will share the steps to take so that attendees are well-prepared to navigate the Framework requirements and maximise their chances of successful entry, especially in coming to understand the new processes stemming from the Procurement Act. WCHG welcomes all types of Contractors to this event on: Thursday 20th March 2025, 9am - 11am Lifestyle Community Centre, M22 1QW
Value undisclosed
The Tenant Satisfaction Measures introduced on 1st April 2023 consist of a set of perception measures and a set of management measures that all housing associations now need to report on. We are looking to appoint a research company to conduct a survey with our tenants and customers in line with the TSM perception survey guidelines. We have an internal data and insight team and will require access the raw data, as well as the analysis provided by the successful partner. We now have data available from; a trial TSM in October 2022, TSM 2023/24, TSM 2024/25 to measure against any changes. This contract is for the delivery of the first survey in June/July 2025.
Value undisclosed
AWE intends to approach the market with a Public Contracts Regulations (PCR) 2015 Competitive Procedure with Negotiation (CPN) for the provision of renewable solar energy supplying AWE Burghfield (AWE(B)) via a direct wire connection. The Generator's scope includes the design, obtaining of land and planning permission for, associated construction, operations and maintenance of a solar PV farm directly connected to the AWE(B) site via a private wire, together with all associated secondary consents, licences, permissions, and approvals. The contract will be awarded to a single supplier for a term of 30 years, with no option to extend beyond the term. The total contract value is expected as £48m ex VAT. Interested parties must register their intention to participate by emailing AWEProcurement@AWE.co.uk using subject: AWE Solar Programme - Burghfield (AWE(B)) . Upon receipt, AWE will issue the interested party with a) a link to register on AWE's Procurement Portal and b) a Confidentiality Agreement. Completion of both are mandatory to access the full suite of tender documents.
£48,000,000
Contract value
The UK government is fully committed to our independent, continuous at-sea nuclear deterrent, and through its 'triple lock pledge', to delivering the upgrades and programmes necessary to maintain and renew the country's defence nuclear capabilities. The scale and complexity of the work required is a critical National Endeavour, and includes substantial investment in infrastructure development across the Defence Nuclear Enterprise. We have two complex infrastructure programmes: • AWE's Future Material Campus (FMC) project focuses on the required investment to renew AWE's manufacturing and storage capability for nuclear components and investing in new capabilities for nuclear material recovery. • Future Infrastructure Programme (FIP) - focusing on delivering AWE's wider infrastructure needs in relation to new office accommodation; laboratories; testing facilities, site services, and advanced manufacturing facilities. This PIN specifically relates to potential supply chain engagement required to deliver the construction works aspects only of the FMC programme. The Future Materials Campus is AWE's flagship programme and is a part of a wider, multi-year multi-billion-pound portfolio of infrastructure investment that will support us in our overall purpose to protect the UK through nuclear science and technology and enable nuclear science for generations to come. AWE is seeking interest from suppliers to take part in pre-market engagement activities regarding the construction works aspects only of the establishment of this multi-billion-pound, multi-year programme of works to support its renewed manufacturing and storage capability for nuclear components. The high level CPV code listed illustrates the breadth of support associated with the delivery of the FMC programme. This is limited to construction related capabilities across the full project lifecycle in the following areas: • Construction services spanning enabling works through, construction, fit out and commissioning of both complex nuclear buildings and a broader range of non-nuclear facilities together with the associated infrastructure of both. This PIN calls for interested suppliers to indicate their interest in participating via completion of the Supplier Registration pre-market engagement exercise (link below). https://forms.office.com/e/GkmAKAqFpM Please note that FMC have not agreed any specific procurement, packaging and/or lotting strategy and this market engagement will help to provide input into the decision making process concerning the packaging and / or lotting strategy and the wider procurement strategy. Additional information: The FMC wishes to engage the market across a wide range of suppliers and topics in support of developing our approach to the procurement of construction works. The FMC has already initiated early supply market involvement across a wide range of suppliers and topics in support of developing the commercial approach. This PIN is to identify and further engage with construction industry experts on complex and unique challenges as part of a targeted and comprehensive market engagement exercise. This PIN signals the commencement of the FMC market engagement programme to support the proposed procurement in Q2/Q3 2025. Suppliers who would like to engage with the programme, and who have not done so already are invited to register interest via the questionnaire referred to in this PIN. Interested Parties: Suppliers who are interested to participate in the FMC Market Engagement are required to complete the Supplier Registration detailed in the link above and send to FMCMarkets@awe.co.uk including in the subject of your email submission "Future Materials Campus: Construction Works PIN". AWE shall undertake a security assessment against the information suppliers submit in the Supplier Registration. For the avoidance of doubt, suppliers will not be invited to participate in further market engagement associated with this PIN if, as a result of this assessment (or based on other grounds) they do not meet the necessary security requirements. The nature of this PIN is such that AWE intends to operate restrictions within the relevant procurement legislation 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. If suppliers successfully meet AWE's security requirements, a Non-Disclosure agreement (NDA) will be sent to the nominated email address provided in their Supplier Registration. The NDA will need to be signed and sent back before further market engagement information is released to the supplier. This PIN is not a call for competition. In issuing this PIN and engaging with the market, AWE is not committing to conduct any procurement in relation to this programme. Equally non-participation in this Market Engagement will not be considered in any future procurement activities and will not preclude any organisation from submitting a tender in any future open market competitions.
Value undisclosed
AWE is looking to hire an early careers attraction specialist to oversee and manage digital, social, and national events, as well as to coordinate assessment centre scheduling. This role is crucial to achieving the recruitment targets for AWE's recruitment campaigns in the following years'. The contract term is initially for a 2 year period however there will be an option to extend the contract by 1 year. The provider will be required to create, own and deliver the below services. 1. Digital marketing and attraction 2. Social media marketing 3. Assessment centre management 4. Support as advisors to our corporate affairs team in the ongoing development of the AWE Early Careers pages of the AWE website. 5. Early Careers market research In addition to the above AWE wishes to review the adoption of an early careers ATS model for 2026/27 campaign onwards (to be decided in 2025). The provider must be able to provide a suitable ATS for the tracking of early careers applicants and be able to evidence success though provision of case studies with a business that has similar hire numbers as AWE.
Value undisclosed
AWE is seeking a provider to create and deliver a 2-year (with an option to extend for an additional 1 year) inclusive engagement programme for schools and colleges to attract applicants to its apprenticeship programmes. This programme will include both in-person and virtual engagements with students, school staff, and parents/carers, complementing AWE's existing STEM engagement efforts. The provider will work closely with AWE's Early Careers recruitment team and the ESG team to ensure the programme's success and to enhance the AWE Nuclear Security Technologies brand.
£500,000
Contract value
This Prior Information Notice ("PIN") seeks to provide additional and/or updated information from the previous version issued by AWE in August 2023. As stated in the Defence Nuclear Enterprise Command Paper, published by the Ministry of Defence on 25th March 2024, AWE Plc ("AWE") is embarking on a critical transformation of its infrastructure as part of the National Endeavour to support the United Kingdom's nuclear deterrent. We have three major infrastructure programmes: • Future Materials Campus (FMC) - focusing on the required investment to renew AWE's manufacturing and storage capability for nuclear materials and increasing capability for material recovery. • Future Infrastructure Programme (FIP) - focusing on delivering AWE's wider infrastructure needs in relation to new office accommodation; laboratories; testing facilities, site services, and advanced manufacturing facilities. • Liabilities management - Our sites have been operating for a number of decades, and as a result many facilities are reaching the end of their operational life. Liabilities management runs programmes to safely decommission and demolish these legacy facilities and manage the wastes generated. This opportunity relates to a complex high hazard plant at AWE Burghfield site and is one of the critical facilities to be delivered as part of the FIP programme. Further information regarding AWE can be found at https://www.awe.co.uk/ (https://www.awe.co.uk/) Lyra Delivery Partner: AWE is seeking to contract and work with a Strategic Delivery Partner on a Tier 1 basis with the overarching scope of delivering and managing design, installation and re-kit of several sectors within an existing explosives/hazardous building located on the AWE Burghfield site. There will be two main packages of work issued under a single framework lot: • Early works: To deliver the wider facility investment in mechanical, electrical and HVAC systems upgrade. This will include Supply and installation of Mechanical & Electrical Services, Control & Instrumentation, Architectural Fit-out, Specialist Doors, and Process Plant & Equipment. This will occur in the first phase of the contract. • Main works: Front-end development of Mission Delivery specific activities; Production of Options appraisal, Safety Case Processes, the supply and installation of Mechanical & Electrical Services, Control & Instrumentation and Process Plant & Equipment. This will occur in the second phase of the contract. The delivery models for both work packages are under review and will be refined as a result of pre-market engagement. The location of the works is our Burghfield site, which is covered by a Nuclear Site Licence and Explosives Site Licence and various Environmental permits, 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 sites are also a Control of Major Accident Hazards Installation (COMAH) (Lower Tier). This PIN calls for interested suppliers to indicate and express their interest in participating in a pre-market engagement exercise and Request for Information ("RFI"). Suppliers interested in responding to the PIN, and therefore engaging in pre-market engagement and responding to the RFI, will be required to successfully undergo an AWE security assessment before being able to participate. For the avoidance of doubt, suppliers who do not participate in the initial RFI will still be allowed to take part in subsequent market engagement and procurement activities, subject to meeting AWE's security requirements (as detailed on the Acknowledgement Proforma). Additional information: As part of market engagement activities, AWE are planning on providing those with successfully countersigned NDAs to access the following: • Further information about the LYRA project; • Invitation and the ability to take part in roundtable discussions to inform the project's sourcing strategy; and • Respond to our request for information. If you are interested in taking part in pre-market engagement activities, please email: lyrascm@awe.co.uk to request an 'Acknowledgement Proforma', including "LYRA Pre-market engagement" in the title. AWE shall undertake a security assessment against the information suppliers submit in the proforma. If suppliers successfully meet AWE's security requirements, a Non-Disclosure Agreement (NDA) will be sent to the nominated email address provided in their proforma. The NDA must be signed and returned before further market engagement information is released to the supplier. Once the NDA is successfully countersigned, the supplier will receive an information pack, containing more detail on Lyra and details of upcoming market engagement activities. If suppliers successfully meet AWE's security requirements (as detailed on the Acknowledgement Proforma), the RFI will be sent to the nominated email address provided in their proforma. For the avoidance of doubt, suppliers will not be invited to respond to the RFI if, in the sole opinion of AWE, they do not meet the necessary security requirements. Please request proforma or expression of interest before 29th November 2024 at 17:00 GMT
£200,000,000
Contract value
As stated in the Defence Nuclear Enterprise Command Paper, published by the Ministry of Defence on 25th March 2024, AWE Plc ("AWE") is modernising its infrastructure to deliver the current and next generation warheads for the United Kingdom's nuclear deterrent, and to support the UK to become a world-leader in new nuclear technologies. We have two complex infrastructure programmes: 1) Future Material Campus (FMC) - focusing on the required investment to renew AWE's manufacturing and storage capability for nuclear materials and increasing capability for material recovery. 2) Future Infrastructure Programme (FIP) - focusing on delivering AWE's wider infrastructure needs in relation to new office accommodation; laboratories; testing facilities, site services, and advanced manufacturing facilities. This framework will focus on upgrading existing electrical network under the Future Infrastructure Programme. However, there is the possibility that works could also be carried out in the Future Material Campus. o Electrical Infrastructure Upgrade (EIU) - focusing on delivering AWE's wider electrical infrastructure needs across both Aldermaston and Burghfield sites in relation to new build substations, substation asset replacement, substation construction works, substation civil works, enabling works, High Voltage 11kV (HV) & Low Voltage (LV) underground cabling. AWE's strategic aspirations are: - Upgrade and modernise its electrical network infrastructure - Improve network resilience and obsolescence management - Benefit from modern standards and requirements - Reduce the cost base of new infrastructure This PIN Notice specifically relates to the support required to enable the Electrical Infrastructure Upgrade Programme (EIU). AWE is seeking interest from suppliers to take part in pre-market engagement activities regarding the establishment of a potential 10-year Framework arrangement to deliver its strategic infrastructure priorities. Our Electrical Infrastructure Programme will grow significantly over the coming years, and AWE is looking to appoint suppliers through this procurement with the capacity and capability to meet the programme's increasing demand. AWE will carry out further pre-market engagement activities with interested suppliers to investigate the current market capabilities and capacity for the programme, and to allow suppliers the opportunity to understand AWE and its ambitions in more detail. AWE intends to run a competition in the future, in advance of this we are seeking to engage with the market on the best procurement strategy to adopt. This PIN calls for interested suppliers to indicate their interest in participating in an initial request for information (henceforth 'RFI') pre-market engagement exercise. Suppliers interested in responding to the PIN will be required to successfully undergo an AWE security assessment before participation in the RFI. For the avoidance of doubt, suppliers who do not participate in the initial RFI will still be allowed to take part in subsequent market engagement and procurement activities, subject to meeting AWE's security requirements (as detailed on the Acknowledgement Proforma). This PIN relates to the potential procurement of a long-term framework for the upgrade of AWE's electrical infrastructure. Scope of the framework include, but not limited to: 1) Substation Construction Works: - Design and construction of new substations or extension of existing substations - Early Contractor Involvement - Detailed Design Services - Principal Contractor and Principal Designer under CDM Regulations 2015 2) Site Establishment: - Site prep, site facilities, temporary draining, waste management, creation of a suitable CDM compound, utility diversions 3) High Voltage Cabling: - Supply and installation of 11kV HV power cables, and associated Auxiliary cabling, Pilots and Earths 4) Low Voltage Cabling: - Supply and installation of LV power cables, and associated Feeder Pillars or building isolators 5) Substation Enabling Works: - Civil enabling works to facilitate the construction of new substations and/or extension of the existing substations, surveys and diversions 6) Electrical Works: - Electrical works required to facilitate the construction of new substations and/or extension of existing substations - Cabling, including jointing, terminations and testing. - Electrical installations - Testing and commissioning of all assets 7) Substation Civil Works: - Civil works required to facilitate the construction of new substations and/or extension of existing substations - Excavation and temporary works - Foundations The RFI will aim to test the early thinking around the Electrical Infrastructure Framework procurement as well as understand market appetite (including perceived barriers to entry faced by suppliers new to AWE) and industry views on current best practice, lessons learnt, new innovations, procurement and partnering vehicles. This will help inform the development of the procurement strategy. Additional information: Suppliers interested in participating in the RFI are required to register their interest to ElectricalInfrastructure@awe.co.uk, including in the title of their email submission "Electrical Infrastructure Framework" and reference number AWE0054. AWE shall undertake a security assessment against the information suppliers submit in the proforma. If suppliers successfully meet AWE's security requirements the RFI and a Non-Disclosure agreement (NDA) will be sent to the nominated email address provided in their proforma. In addition, the NDA will need to be signed and returned before further market engagement information is released to the supplier. If suppliers successfully meet AWE's security requirements (as detailed on the Acknowledgement Proforma), the RFI will be sent to the nominated email address provided in their proforma. For the avoidance of doubt, suppliers will not be invited to respond to the RFI if, in the sole opinion of AWE, they do not meet the necessary security requirements. We ask that suppliers register their interest in participating in the RFI by 16:00 Friday 18th October BST to allow supplier responses to be fully considered as part of our contracting model design process. However, suppliers can register interest in participating in the RFI at ANY point up to the issue of the tender notice. AWE will hold a virtual presentation to provide details to interested parties about our requirement. This will take place on MS Teams at 13:00 on Wednesday 23rd October 2024 BST and will last approximately 45 minutes. After this presentation, all attendees are invited to submit a written response to the Request for Information Questionnaire. AWE may undertake subsequent pre-market engagement activities as our sourcing strategy develops. This may be in the form of round table discussions, face-to-face meetings, webinars or further RFIs. For the avoidance of doubt, suppliers who do not participate in the initial RFI, will still be allowed to take part in subsequent pre-market engagement activities subject to meeting AWE's security requirements as detailed below. The nature of this PIN is such that AWE intends to operate restrictions within the relevant procurement legislation 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, 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.
From £200,000,000
Contract value
As stated in the Defence Nuclear Enterprise Command Paper, published by the Ministry of Defence on 25th March 2024, AWE Plc ("AWE") is embarking on a critical transformation of its infrastructure as part of the National Endeavour to support the United Kingdom's nuclear deterrent. We have three major infrastructure programmes: • Future Materials Campus (FMC) - focusing on the required investment to renew AWE's manufacturing and storage capability for nuclear materials and increasing capability for material recovery. • Future Infrastructure Programme (FIP) - focusing on delivering AWE's wider infrastructure needs in relation to new office accommodation; laboratories; testing facilities, site services, and advanced manufacturing facilities. • Liabilities management - Our sites have been operating for a number of decades, and as a result many facilities are reaching the end of their operational life. Liabilities management runs programmes to safely decommission and demolish these legacy facilities and manage the wastes generated. The Plutonium Technology Centre (PTC) is one of the key facilities included as part of the FIP. This Prior Information Notice specifically relates to the support required for the PTC sustainment programme under the FIP. Further information regarding AWE can be found at https://www.awe.co.uk/ Additional information: PTC sustainment programme: Sustainment Delivery Partnership AWE intends to award a framework to Sustainment Delivery Partners (SDPs) who it will work closely with 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. AWE is now seeking expressions of interest for organisations who are considering bidding for the SDPs. An early market engagement PIN [Notice reference: 2023/S 000-000638] was issued in January 2023 to gather information from the market on the proposed SDPs. AWE has reflected on the responses, has updated the SDPs model and will shortly commence the formal procurement process. AWE will award a framework to five partners to deliver four key areas of services: 1. Lot 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. Lot 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. Lot 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. Lot 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). The framework is expected to have a cumulative value ranging from £550m to £950m over the 10-year term.
From £550,000,000
Contract value
** This notice is for market engagement only and is not a call for competition ** AWE wishes to engage with interested parties able to deliver the following scope: - Purchase of UK Emissions Trading Scheme (ETS) allowances at optimal trading prices on behalf of AWE - Transfer of UK ETS allowances to AWE - Market price forecasting To register your interest please use the contact name and email address provided in this notice.
Value undisclosed
** This notice is for market engagement only and is not a call for competition ** AWE wishes to engage with interested parties able to deliver the following scope: - Purchase of UK Emissions Trading Scheme (ETS) allowances at optimal trading prices on behalf of AWE - Transfer of UK ETS allowances to AWE - Market price forecasting To register your interest please use the aforementioned contact and email address.
£4,000,000
Contract value
AWE require access to a high-level Supervised Control and Data Acquisition (SCADA) system to control, monitor, and analyse industrial data and processes. SCADA systems control the laser systems from alignment to recording the end data post shot. The software integrates and interacts with complicated subsystems, which are not in scope of the change but must be considered when refreshing the control solution.
Value undisclosed
In 2023, AWE recruited c. 566 into early careers roles and this was largely due to a shift towards using advanced intelligence data to streamline talent pool efficiency. AWE have seen exceptional results so far with a 200% increase in overall expected applications received. AWE want to extend this ambition and deepen the understanding of current and hidden talent pools to uncover new mechanisms to access, inspire, and hire from diverse audiences. A large proportion of AWE roles are for candidates with STEM backgrounds, meaning talent pools are highly sought after. AWE also has an increased focus on the attraction of minority groups with the expectation set to hire from the total 3 diversity pathways (40% female, 15% ethnic minority and 15% socially disadvantaged). In 2024/25 AWE estimate the need for a total of 4,200 applications for apprentice roles, which is an increase of 13% vs. 2023/24 and a similar growth trajectory is expected for 2025/26. AWE require one DBS compliant provider to drive high volumes of apprenticeship applications into the recruitment funnel across Engineering, Science and Business functions at AWE. The provider must generate sufficient applications with the required qualifications to meet AWE's expansion plans and diversity objectives by attending schools/colleges and leveraging events, with the AWE Corporate Affairs Team, to engage prospective applicants.
£500,000
Contract value
The purpose of this PIN is to ascertain interest from the market of joining a Dynamic Purchasing System for marketing and communication services. Owing to continued demand for such services, AWE are considering establishing a DPS to meet these requirements across a multi-year period. Parties who would be interested in applying to join such a DPS, if or when it is established, are asked to express their interest by notifying in writing at the following address: AWEProcurement@awe.co.uk AWE currently utilise a range of services provided by external suppliers for the design and delivery of marketing and communication services. This model is expected to continue to be used in coming years. However, as a public body, AWE must procure these in a manner that is compliant with public procurement regulations and internal governance. Currently the services under the DPS are expected to cover: - Change Comms - Digital Marketing - Event Management - Incentives / Merchandise - Internal Communications - Leadership training - Marketing Services - Publications / Reports production - Recruitment Marketing - Video production - Website services
£8,000,000
Contract value
As stated in the Defence Nuclear Enterprise Command Paper, published by the Ministry of Defence on 25th March 2024, AWE Plc ("AWE") is embarking on a National Endeavour to re-capitalise its estate and manufacturing infrastructure to meet the future needs of the United Kingdom's nuclear deterrent. We have two complex infrastructure programmes: • Future Material Campus (FMC) - focusing on the required investment to renew AWE's manufacturing and storage capability for nuclear materials and increasing capability for material recovery. • Future Infrastructure Programme (FIP) - focusing on delivering AWE's wider infrastructure needs in relation to new office accommodation; laboratories; testing facilities, site services, and advanced manufacturing facilities. This PIN Notice specifically relates to the support required to enable the Future Infrastructure Programme (FIP). AWE is seeking interest from suppliers to take part in pre-market engagement activities regarding the establishment of a potential 10-year Framework arrangement for the provision of client-side professional services in support of its infrastructure programme. Our Future Infrastructure Programme will grow significantly over the coming years, and AWE is looking to expand its supplier base to meet the programme's increasing demand. The arrangement will create a client partnership to act effectively as a Capable Owner and trusted government partner to plan and design the investment portfolio, while providing the effective oversight to delivery partners (appointed via separate procurement exercise) for time, cost and quality. The framework will include the key disciplines of engineering, programme/project management and productivity enhancement services. AWE may carry out further pre-market engagement activities with interested suppliers to investigate the current market capabilities and capacity for the programme, and to allow suppliers the opportunity to understand AWE and its ambitions in more detail. This PIN calls for interested suppliers to indicate their interest in participating in an initial request for information (henceforth 'RFI') pre-market engagement exercise. Suppliers interested in responding to the PIN will be required to successfully undergo an AWE security assessment before participation in the RFI. For the avoidance of doubt, suppliers who do not participate in the initial RFI will still be allowed to take part in subsequent market engagement and procurement activities, subject to meeting AWE's security requirements (as detailed on the Acknowledgement Proforma). Additional information: The Atomic Weapons Establishment (AWE) is an arms-length body of the Ministry of Defence, employing around 7,000 people across the UK, with its headquarters in Aldermaston, Berkshire. For more than 70 years, we have supported the UK's nuclear defence strategy and, specifically, the Continuous At Sea Deterrent (CAS-D). Moreover, we use our nuclear science and technical expertise to provide innovative solutions that support the UK's counterterrorism and nuclear threat reduction activities. We work at the extremes of science and engineering to understand the performance of nuclear warheads, and assess the safety, security, and effectiveness of the stockpile in the absence of live testing. AWE is undertaking a multi-billion pound, long-term infrastructure and capability programme in support of its testing facilities and conventional (non-nuclear) portfolio. Increased demand will require AWE to grow both its project delivery and client-side management capabilities. This PIN relates to a potential procurement to establish a multi-supplier client-side partnership framework to provide professional services in support of management and delivery of this portfolio and a future multi-supplier delivery partnership who will deliver the future works. It is anticipated that this is a potential 10-year framework that will be placed under the new Procurement Act 2023. Due to the diverse portfolio and range of projects, AWE is actively seeking to continue to work with existing partners, as well as those partners from outside the nuclear industry, whose technical expertise may be transferable to our sector. This might include but is not limited to pharmaceutical, energy and commercial property. The RFI will aim to test the early thinking around the client-side framework procurement as well as understand market appetite (including perceived barriers to entry faced by suppliers new to AWE) and industry views on current best practice, lessons learnt, new innovations, procurement and partnering vehicles. This may assist informing AWE in the development of the sourcing strategy. The intention is that the client-side framework will provide effective advice and support with the three strategic service types listed below, both upfront during the planning stage of the sub-programme as well as after the establishment of a separate Delivery Partnership: 1. Engineering Design & Project Assurance Services Including but not limited to supporting business case production through production of optioneering and concept design. Providing assurance and scrutiny of delivery partners work in relation to design, construction, commissioning and handover. 2. Programme and Project Management Services Including but not limited to: • Business case & investment strategy (production and supporting evidence statement for portfolio and projects) • Programme management (risk, P3M assurance, reporting & management information, interface controls & performance, issues and benefits management) • Project controls (cost estimating, cost control, planning & scheduling, reporting, risk and scope management), • Project management (operational delivery, cost & schedule, scope and budget management) • Quality assurance/control (assuring product quality and process controls) • Commercial management (strategic planning, financial management, overall administration and adherence to contractual management) • Environment, Safety and Health (people, projects and social value) 3. Productivity Services Including but not limited to reviewing business operating model to drive process & productivity enhancements in people, systems and processes to improve the efficiency, resource utilisation and effectiveness of the infrastructure programme. Interested Parties: Suppliers who are interested to participate in the RFI are required to submit a proforma available from the futureinfrastructureprogramme@awe.co.uk, including in the subject of your email submission "Client Partnership Framework " and reference number 3186". AWE shall undertake a security assessment against the information suppliers submit in the proforma. For the avoidance of doubt, suppliers will not be invited to respond to the RFI if, in the sole opinion of AWE, they do not meet the necessary security requirements. If suppliers successfully meet AWE's security requirements, the RFI and a Non-Disclosure agreement (NDA) will be sent to the nominated email address provided in their proforma. In addition, the NDA will need to be signed and sent back before further market engagement information is released to the supplier. We ask that suppliers register their interest in participating in the RFI by 1600 Friday 17th May BST to allow supplier responses to be fully considered as part of our contracting model design process. However, suppliers can register interest in participating in the RFI at ANY point up to the issue of the tender notice. AWE may undertake subsequent pre-market engagement activities as our sourcing strategy develops. This may be in the form of face-to-face meetings, webinars or further RFIs. For the avoidance of doubt, suppliers who do not participate in the initial RFI, will still be allowed to take part in subsequent pre-market engagement activities subject to meeting AWE's security requirements as detailed below. The nature of this PIN is such that AWE intends to operate restrictions within the relevant procurement legislation 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, 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.
From £600,000,000
Contract value
AWE require one provider to transform the early careers recruitment strategy to hire candidates for campaigns 2024/25 and 2025/26. The new provider's approach will facilitate the AWE 2-year demand plan and position AWE as an employer of choice in chosen audience markets by 2027. In 2023, AWE recruited c. 566 into early careers roles and this was largely due to a shift towards using advanced intelligence data to target a British citizen audience with new expertise to streamline efficiency within these talent pools. AWE have seen exceptional results so far with a 127% increase in British citizen applications and a 200% increase in overall expected applications received. AWE want to extend this ambition and deepen the understanding of current and hidden talent pools to uncover new mechanisms to access, inspire, and hire from these highly sought after diverse audiences. For 2024, campaign planning is underway, which will directly inform procurement requirements. This is expected to complete in April 2024 and be updated on an ongoing basis. The procurement requirements are expected to be in three pillars, broadly covering: Digital - including website updates, job board posting and management, social media marketing and university career service interaction. Administration - including the act of administering the virtual assessment centres and providing candidate feedback. Assessment process - including the design and assurance of the virtual assessment process and the development of the platform and questions used in assessment stages.
£1,600,000
Contract value
The Atomic Weapons Establishment (AWE) is an arms-length body of the Ministry of Defence, employing around 6,000 people, headquartered in Aldermaston, Berkshire. 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. We work at the extremes of science and engineering to understand the performance of nuclear warheads, and assess the safety, security and effectiveness of the stockpile in the absence of live testing. AWE is looking to engage with the market to understand the supplier's capability and capacity to meet its needs for passenger services post conclusion of its existing contract, which is set to expire on the 31st December 2024. A procurement may be required to secure an arrangement for future passenger services over 5 years, with a budget of £8.3m. AWE is seeking a zero-commitment framework. As such, AWE, or any of its affiliated bodies, will not be obligated to commit to the full value of the contract. The supply of passenger services will support the AWE Aldermaston and Burghfield sites, as well as ad-hoc off-site visits both within the vicinity of the two aforementioned sites, and around the wider UK when required. At present there are no plans to service other AWE sites, however it should be noted that during the lifecycle of the contract, the infrastructure and layout of AWE's sites are subject to change, which may in turn lead to AWE's passenger services requirements changing. This potential for scope variation, will be reflected in the contract between the successful supplier and AWE. In respect of the requirements, the following are deemed in scope. Please note that a full list will be supplied at ITT together with specifications and sizes: 1. 1 x minibus (catering to approximately 24 seats). 2. 1 x coach (catering to approximately 50 seats). 3. Ability to provide ad-hoc minibuses (catering to approximately 20 seats) for off-site visits. 4. Maintenance and inspection services for the provided vehicles. 5. Minibuses and coaches will need to be able to run between the times of 6.30am & 7:00pm, 229 days per year, excluding bank holidays and weekends. In respect of requirements 1-5, all services must be accompanied by supplier provided employees (drivers and maintenance teams), of whom are eligible for SC clearance. The selected solution will be light touch from AWE staff, with the selected supplier owning the full management of passenger services.
Value undisclosed
Showing 1–20 of 73 procurements