Open Closing in a 3 days

Client Partnership Framework (CPF)

Descriptions

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. AWE has been refining and formalising a new approach to infrastructure delivery designed to drive greater consistency, pace, and long-term value. This model is now being actively implemented.

 

AWE is publishing this Preliminary Market Engagement Notice to inform and update the market regarding the establishment of the 16-year Client Partnership Framework (CPF). The pre-market engagement activities covered by this notice are for consultation on specific areas as prior market engagement took place under a Prior Information Notice (PIN) 3186 issued on 22nd April 2024.

 

The new approach is structured around an integrated model for AWE's Infrastructure Projects Delivery (IPD) portfolio. Over the next 18 months, AWE will competitively procure or directly appoint suppliers across its three major infrastructure programmes, which will be supported by the new Client Partnership Framework (this procurement).

 

The three major programmes are:

1) Future Materials Campus (FMC) a programme to renew existing facilities for the manufacture of nuclear components, storage of nuclear materials, provide improved science and analysis capabilities, and invest in new capabilities for nuclear material recovery. For FMC, we are seeking professional services suppliers to support client-side delivery, and ideally those that have experience in supporting the delivery of nuclear infrastructure build and associated commissioning.

 

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. For FIP we are looking for professional services suppliers to support client-side delivery, and ideally those that have experience of supporting whole life infrastructure, including design, build, maintenance.

 

3) Estates and Liabilities (E&L) management. Our sites have been operating for several 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 waste generated and are seeking suppliers with experience of the same.

 

CPF will support FIP, FMC and E&L by providing client management services covering engineering, programme and project management and productivity to enable AWE as the Client to plan, control and scrutinise project investments for sensitive services and works - helping AWE retain its position as an informed, intelligent client at all stages of programme delivery. Services provided under the CPF (a range of design, technical, programme management and specialist services) will support AWE to effectively oversee and scrutinise the FIP, FMC and E&L Delivery Partners and ensure that these infrastructure programmes are delivered to time, cost and quality. Services will be required to support various programme stages including feasibility, design, development, construction and commissioning of infrastructure.

 

As the programmes grow over the coming years, AWE is taking steps to ensure its supply chain is appropriately structured to support future delivery requirements. The arrangement will create a client partnership to act effectively as a trusted government partner. CPF will plan and design the investment portfolio, while providing the effective oversight to delivery partners (appointed via a separate procurement exercise) for time, cost and quality.

 

The primary location is the Aldermaston site. The sites at Aldermaston and Burghfield are owned by the Ministry of Defence, with the management and operations carried out under contract by AWE and the nuclear site licence, environmental permits and other regulatory permissions held by AWE plc.

 

AWE is independently regulated by several organisations including the Office for Nuclear Regulation (ONR), the Defence Nuclear Safety Regulator (DNSR), the Environment Agency (EA) and the Defence Nuclear Security Regulator (DefNucSyR)

 

Each Supplier shall comply and carry out professional services in accordance with the Client's security requirements. AWE reserves the right to instruct Suppliers to deliver services at other AWE-owned or prospective site locations.

 

It is anticipated that duration of the CPF will be an initial term of 8 years, followed by 2 optional 4-year extension periods, exercisable at the sole discretion of AWE. The maximum potential term of CPF is 16 years. The Framework is expected to comprise an estimated 10% of AWE's total capital investment portfolio over the period.

 

AWE is seeking to establish a single, closed, Framework Agreement made up of 3 Lots providing the following services:

Lot 1: Engineering & Technical Services (2 Suppliers), delivering non-fissile related activities, including:

• Engineering design between Project Review Sanction Gates ('SG') 0-2

• Engineering design and assurance from SG 2-5

• Safety assurance

• Safety, health and environmental management (including Construction (Design and Management) Regulations 2015 support)

• Quality management

• Environmental and Social Governance (ESG)

• Construction management (inc. fulfilling the role of NEC Supervisor)

• Commissioning engineering

• Handover engineering

 

Lot 2: Project & Programme Management Services (2 Suppliers) supporting both fissile and non-fissile related activities, with both discrete services and, as required, assurance of the Lot 3 Supplier.

• Programme management

• Project management (including fulfilling the role of NEC Project Manager)

• Investment management

• Project controls

• Risk management

• Reporting (Project, Programme and Portfolio level)

• Commercial management

 

Lot 3: FMC Integration Services (1 Supplier), administering the integration and efficient delivery of AWE projects across fissile related activities . As such, it will cover all services required by Lot 1, all services required by Lot 2 plus further integration services.

Timeline

Published Date :

9th Oct 2025 26 days ago

Deadline :

7th Nov 2025 in a 3 days

Contract Start :

31st Dec 2026

Contract End :

30th Dec 2034

Keywords

feasibility analysis

project advisory services

technical feasibility study

economic analysis

viability study

project assessment

advisory consultancy

feasibility report preparation

project due diligence

feasibility evaluation

project design planning

cost estimation

budget forecasting

design preparation services

cost planning

conceptual budgeting

design cost analysis

project cost estimation

cost feasibility study

pricing design

engineering consultancy

specialist engineering services

technical engineering solutions

engineering expertise

professional engineering

engineering advisory

engineering project support

technical engineering provision

multidisciplinary engineering

expert engineering services

building construction support

site utilities installation

earthworks services

structural framework setup

modular construction support

access infrastructure services

pre-construction services

temporary facilities setup

construction logistics

utilities trenching

waterproofing services

noise control implementation

heavy equipment operation

scaffold planning

site clearing services

business process modeling

requirements gathering

cost-benefit analysis

stakeholder workshops

business requirement specification

workflow improvement

business case development

KPI definition

functional analysis

impact assessment

project governance design

PMO setup

stakeholder management planning

schedule optimization

risk management consulting

resource allocation planning

budget planning

critical path analysis

project health assessment

performance monitoring

management consultancy

business advisory services

corporate strategy consulting

executive coaching

organizational development

management support

consultancy engagement

business performance consultancy

contract management

procurement administration

agreement oversight

contract monitoring

compliance tracking

legal documentation

supplier liaison

contract renewals

tender coordination

contract records

Tender Lot Details

2 Tender Lots

Let’s Get you Started ✍

Get to see all tender details more briefly

Already have an account ?

Workflows

Status :

Open

Procedure :

N/A

Suitable for SME :

N/A

Nationwide :

No

Assign to :

Tender Progress :

0%

Details

Notice Type :

Framework

Tender Identifier :

IT-378-246-T: 2024 - 001

Tenderbase ID :

310724019

Low Value :

£100K

High Value :

£1000K

Buyer Information

Address :

Liverpool Merseyside , Merseyside , L13 0BQ

Website :

N/A

Procurement contact

Name :

Tina Smith

Phone :

0151 252 3243

Email :

tina.smith@shared-ed.ac.uk

Possible Competitors

1 Possible Competitors