← Back to opportunities

Electrical Infrastructure Upgrade Framework

Atomic Weapons Establishment

Buyer Contact Info

Buyer Name: Atomic Weapons Establishment

Buyer Address: AWE Aldermaston, Reading, UKJ11, RG7 4PR, United Kingdom

Contact Name: FIP, Estates and Liabilities procurement team

Contact Email: electricalinfastructure@awe.co.uk

Status
active
Procedure
selective
Value
650000000.0 GBP
Gross: 780000000 GBP
Published
09 Jan 2026, 14:06
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
works
CPV
31200000 - Electricity distribution and control apparatus
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

AWE Plc ("AWE") is embarking on a critical transformation of its infrastructure as part of the national endeavour to support the UK's nuclear deterrent and has been refining and formalising a new approach to infrastructure delivery, designed to drive greater consistency, pace, and long-term value. This model is being largely implemented via 3 programmes: - Future Materials Campus: 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. - Future Infrastructure Programme: a programme that focuses on delivering wider infrastructure needs e.g. new office accommodation; laboratories; testing facilities, site services, and advanced manufacturing facilities. - Estates and Liabilities management: on-going liabilities management to run programmes that safely decommission and demolish legacy facilities and manage generated waste via seeking suppliers with experience of the same. This framework focuses on upgrading the electrical network under FIP, with the possibility of some works supporting the Future Materials Campus. Strategic aspirations are to upgrade and modernise AWE's electrical network infrastructure, improve network resilience and obsolescence management, to benefit from modern standards and requirements, while reducing the cost base of new infrastructure. The Electrical Infrastructure Upgrade Programme will grow significantly over the coming years, and AWE looks to appoint 2 partners through this procurement, with the capacity and capability to meet the programme's increasing demand. The Framework is a zero-value contract against which AWE may call off work for the Electrical Infrastructure Upgrade programme. The Framework will provide no guarantee of any work to any Supplier, it is a contract mechanism against which AWE may (but is not obliged) to call off work from the relevant Supplier for the Electrical Infrastructure Upgrade Framework. Full Framework Information "ITP Volume 2 Framework Specification" will be available to Suppliers that have registered and been granted access, as below. AWE will award a place on the Framework to the 2 highest scoring suppliers, that offer the most advantageous tenders that is, the tenders that balance price with quality, technical capability, and sustainability. There will be a transparent mechanism to award work under the Framework as set out in the procurement documents Bidders should download, complete and sign the Electrical Infrastructure Non-Disclosure Agreement and Tender Security Questionnaire available from the Defence Sourcing Portal here https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=60647 and return these by email to: electricalinfrastructure@awe.co.uk. The deadline for submission of these documents is 12:00 on 23rd January 2026 in order to gain access to the Invitation to Participate and associated procurement documents. Once AWE has reviewed and signed the documents where appropriate, Bidders will be invited to the Invitation to Participate stage of the procurement where they will have access to the detailed documentation. A list of the documentation to be provided at the different stages of this procurement will be found in Appendix A of 'EIU - ITP - About the Procurement' and further details of the assessment approach that will apply under this procurement, will be found in "EIU - ITP Vol1. Instruction for Suppliers."

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=60647

External Link: https://www.find-tender.service.gov.uk/Notice/001900-2026

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 650,000,000

Lot 1 Value (Gross): GBP 780,000,000

Lot 1 Contract Start: 2027-01-11T00:00:00Z

Lot 1 Contract End: 2034-01-09T23:59:59Z

Lot 1 Award Criterion (price): Commercial

Lot 1 Award Criterion (quality): Quality

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PYCH-2579-LGTN",
    "name": "Atomic Weapons Establishment"
  },
  "date": "2026-01-09T14:06:33Z",
  "id": "001900-2026",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-0602ed",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Reading",
        "postalCode": "RG7 4PR",
        "region": "UKJ11",
        "streetAddress": "AWE Aldermaston"
      },
      "contactPoint": {
        "email": "electricalinfastructure@awe.co.uk",
        "name": "FIP, Estates and Liabilities procurement team"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "https://www.awe.co.uk"
      },
      "id": "GB-PPON-PYCH-2579-LGTN",
      "identifier": {
        "id": "PYCH-2579-LGTN",
        "scheme": "GB-PPON"
      },
      "name": "Atomic Weapons Establishment",
      "roles": [
        "buyer"
      ]
    }
  ],
  "planning": {
    "noEngagementNoticeRationale": "A UK2 preliminary market engagement notice has not been issued as preliminary market engagement notice was carried out under the prior regime (PCR 2015) under prior information notice reference 2024/S 000-030137."
  },
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-11-02T23:59:59Z"
    },
    "contractTerms": {
      "financialTerms": "All suppliers must comply with PPN018."
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "AWE Plc (\"AWE\") is embarking on a critical transformation of its infrastructure as part of the national endeavour to support the UK\u0027s nuclear deterrent and has been refining and formalising a new approach to infrastructure delivery, designed to drive greater consistency, pace, and long-term value. \nThis model is being largely implemented via 3 programmes:\n- Future Materials Campus: 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. \n- Future Infrastructure Programme: a programme that focuses on delivering wider infrastructure needs e.g. new office accommodation; laboratories; testing facilities, site services, and advanced manufacturing facilities. \n- Estates and Liabilities management: on-going liabilities management to run programmes that safely decommission and demolish legacy facilities and manage generated waste via seeking suppliers with experience of the same.\nThis framework focuses on upgrading the electrical network under FIP, with the possibility of some works supporting the Future Materials Campus.\nStrategic aspirations are to upgrade and modernise AWE\u0027s electrical network infrastructure, improve network resilience and obsolescence management, to benefit from modern standards and requirements, while reducing the cost base of new infrastructure. The Electrical Infrastructure Upgrade Programme will grow significantly over the coming years, and AWE looks to appoint 2 partners through this procurement, with the capacity and capability to meet the programme\u0027s increasing demand. \nThe Framework is a zero-value contract against which AWE may call off work for the Electrical Infrastructure Upgrade programme. The Framework will provide no guarantee of any work to any Supplier, it is a contract mechanism against which AWE may (but is not obliged) to call off work from the relevant Supplier for the Electrical Infrastructure Upgrade Framework. Full Framework Information \"ITP Volume 2 Framework Specification\" will be available to Suppliers that have registered and been granted access, as below.\nAWE will award a place on the Framework to the 2 highest scoring suppliers, that offer the most advantageous tenders that is, the tenders that balance price with quality, technical capability, and sustainability. There will be a transparent mechanism to award work under the Framework as set out in the procurement documents\nBidders should download, complete and sign the Electrical Infrastructure Non-Disclosure Agreement and Tender Security Questionnaire available from the Defence Sourcing Portal here https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=60647 and return these by email to: electricalinfrastructure@awe.co.uk. The deadline for submission of these documents is 12:00 on 23rd January 2026 in order to gain access to the Invitation to Participate and associated procurement documents.\nOnce AWE has reviewed and signed the documents where appropriate, Bidders will be invited to the Invitation to Participate stage of the procurement where they will have access to the detailed documentation. \nA list of the documentation to be provided at the different stages of this procurement will be found in Appendix A of \u0027EIU - ITP - About the Procurement\u0027 and further details of the assessment approach that will apply under this procurement, will be found in \"EIU - ITP Vol1. Instruction for Suppliers.\"",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "documentType": "biddingDocuments",
        "id": "L-1",
        "url": "https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=60647"
      },
      {
        "accessDetails": "1. Please download, complete and sign the following documents available from the Defence Sourcing Portal here https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=60647 \n-Electrical Infrastructure Non Disclosure Agreement \n-Tender Security Questionnaire \n2. Send completed documents to electricalinfrastructure@awe.co.uk.\n3. AWE will review and sign the documents where appropriate, returning copies via email \n4. AWE reserves the right to send further messages to bidders seeking clarity on the content of their submission. Please ensure you monitor inboxes and the portal for further updates.\n5. Bidders that have completed and received counter-signed versions of the non-disclosure agreement and tender security questionnaire will be invited to the next stage.\n6. The closing for submitting the non-disclosure agreement and tender security questionnaire is 23 January 2026 12:00 midday\n7. The expected release date of the Invitation to Participate is 26  January 2026. \nDetails of documentation to be provided at the different stages of this procurement can be found in Appendix A of  \u0027EIU - ITP - About the Procurement\u0027",
        "documentType": "biddingDocuments",
        "id": "future"
      },
      {
        "datePublished": "2026-01-09T14:06:33Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "001900-2026",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/001900-2026"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2026-02-19T12:00:00Z"
    },
    "expressionOfInterestDeadline": "2026-03-05T12:00:00Z",
    "id": "ocds-h6vhtk-0602ed",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Electricity distribution and control apparatus",
            "id": "31200000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical parts of machinery or apparatus",
            "id": "31670000",
            "scheme": "CPV"
          },
          {
            "description": "Electricity supplies",
            "id": "31682000",
            "scheme": "CPV"
          },
          {
            "description": "Site preparation work",
            "id": "45100000",
            "scheme": "CPV"
          },
          {
            "description": "Building construction work",
            "id": "45210000",
            "scheme": "CPV"
          },
          {
            "description": "Prefabricated units and components",
            "id": "45223820",
            "scheme": "CPV"
          },
          {
            "description": "Substation construction work",
            "id": "45232220",
            "scheme": "CPV"
          },
          {
            "description": "Transformer substation",
            "id": "45232221",
            "scheme": "CPV"
          },
          {
            "description": "Electrical wiring and fitting work",
            "id": "45311000",
            "scheme": "CPV"
          },
          {
            "description": "Electrical installation work of transformers",
            "id": "45317200",
            "scheme": "CPV"
          },
          {
            "description": "Electrical installation work of electrical distribution apparatus",
            "id": "45317300",
            "scheme": "CPV"
          },
          {
            "description": "Mechanical engineering installation works",
            "id": "45351000",
            "scheme": "CPV"
          },
          {
            "description": "Building completion work",
            "id": "45400000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKJ1"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lotDetails": {
      "noLotsDivisionRationale": "The use of lots was considered but discounted following market engagement. Feedback indicated that using lots would complicate the interface between multiple suppliers, introducing avoidable risk and impacting delivery. A turnkey model without lots was subsequently identified as the preferred delivery approach."
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Commercial",
              "type": "price"
            },
            {
              "name": "Quality",
              "type": "quality"
            }
          ],
          "weightingDescription": "The award criteria to decide who will be awarded the contract after tenders have been submitted will be defined later, please refer to the Competitive Flexible Procedure description for further information in relation to this.\nThe Invitation To Participate stage will be assessed against the criteria and weightings as follows: \n- Capability 60%; \n- Construction (Design and Management) Regulations and Principal Contractor capability 10%; \n- Construction (Design and Management) Regulations and Principal Designer capability 10%; \n- Health \u0026 Safety 5%; \n- Quality 5%;  \n- Environment Management, Performance and Sustainability 10%. \n- This is in addition to pass/fail questions in terms of Cyber Security, Foreign Control and Ownership Information, Export Control, CDM and Environmental Management, Performance, and Sustainability.\nInitial Tender submissions will be assessed against the award criteria using the weighted value for money index methodology. The overall weightings will be confirmed in the Invitation to Submit Initial Tender documents and will be distributed between the following ranges: 50-70% Quality (Technical and Social Value, with Social Value being weighted as at least 10%), 30-40% Commercial. \nAWE reserves the right to refine award criteria at a later stage of the procurement process. \nFurther details can be found in \u0027EIU - ITP - About the Procurement\u0027 document, disclosed following completion and acceptance of the Non-Disclosure Agreement and Tender Security Questionnaire."
        },
        "contractPeriod": {
          "endDate": "2034-01-09T23:59:59Z",
          "maxExtentDate": "2042-01-08T23:59:59Z",
          "startDate": "2027-01-11T00:00:00Z"
        },
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "The framework may be extended for a further 8 years (2 terms of 4 years each) giving the framework a maximum term of 15 years"
        },
        "secondStage": {
          "maximumCandidates": 5
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Suppliers must demonstrate that they have the legal standing to perform the contract and meet minimum financial thresholds. These thresholds are stated in the procurement documents.",
              "type": "economic"
            },
            {
              "description": "Suppliers must demonstrate relevant technical ability and experience in delivering similar projects in high-security and/or regulated environments. These conditions of participation are stated in the procurement documents. \nThis procurement involves a Defence and Security contract and classified information.  AWE will undertake a security assessment against the information provided in the supplier registration before release of any associated procurement documents. Meeting the required national security clearance is a condition of participation. Suppliers will not be invited to participate further if, as a result of this assessment (or on other grounds), they do not meet the necessary security requirements. The procurement will operate within the relevant legislation to protect essential national security interests. If a Supplier has connections with any hostile entity or foreign state deemed to pose a risk to UK national security, or is otherwise considered not to possess the necessary reliability on national security grounds, AWE reserves the right to exclude them from the procurement.\nFull details of all other conditions of participation, the evidence required, and the assessment methodology are provided in the procurement documents.",
              "type": "technical"
            },
            {
              "description": "The Invitation To Participate will be assessed against the award criteria and weightings as follows: \n- Capability 60%; \n- Construction (Design and Management) Regulations and Principal Contractor capability 10%; \n- Construction (Design and Management) Regulations and Principal Designer capability 10%; \n- Health \u0026 Safety 5%; \n- Quality 5%;  \n- Environment Management, Performance and Sustainability 10%. \nThis is in addition to pass/fail questions in terms of Cyber Security, Foreign Control and Ownership Information, Export Control, Construction (Design and Management) Regulations and Environmental Management, Performance, and Sustainability.",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "value": {
          "amount": 650000000,
          "amountGross": 780000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "works",
    "procedure": {
      "features": "This Procurement will have 6 stages:\n1. Invitation to Participate via Non-disclosure Agreement and Tender Security Questionnaire\n2. Invitation to Submit Initial Tenders from a bid list of up to 5 Suppliers\n3. Supplementary Presentation Stage from up to 3 down-selected Suppliers\n4. Supplementary Invitation to Submit Final Tender from up to 3 down-selected Suppliers\n5. Preferred Supplier Stage with 2 down-selected Suppliers\n6. Contract Award Decision \nPlease note: \ni )The process may include negotiation in the Supplementary Stages.\nii) Award criteria and weightings for Invitation to Participate: \n- Capability 60%; \n- Construction (Design and Management) Regulations and Principal Contractor capability 10%; \nConstruction (Design and Management) Regulations and Principal Designer capability 10%;\n- Health \u0026 Safety 5%; \n- Quality 5%;\n- Environment Management, Performance and Sustainability 10%. \nThis is in addition to pass/fail questions for Cyber Security, Foreign Ownership and Control Information, Export Control, CDM Regulations, and Environmental Management, Performance, and Sustainability.\niii) Award criteria and weightings for Invitation to Submit an Initial Tender: \n- Tenders will be assessed using the weighted value for money index methodology. \n- Overall weightings will be confirmed in the Invitation to Submit an Initial Tender documents and will be distributed between as follows: 50-70% Quality (including Technical and Social Value, with at least 10% attributed to Social Value), 30-40% Commercial. \n- AWE reserves the right to refine award criteria at a later stage of the procurement process."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "specialRegime": [
      "defenceSecurity"
    ],
    "status": "active",
    "submissionMethodDetails": "Responses must be submitted by the stipulated deadline via the Defence Sourcing Portal (https://contracts.mod.uk). Please note that the tender will be by invitation only following completion of the non-disclosure and tender security questionnaires. Access to the Opportunity Listing is open to any supplier.\nAny responses not submitted in this manner will not be considered. \nThe deadline for submitting a non-disclosure agreement and tender security questionnaire is 23 January 2026 at 12:00, Invitation to Participate documents will be released 26 January 2026, the deadline for submitting an invitation is 5 March 2026 at 12:00.",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "description": "There will be a transparent mechanism to award work under the Framework as set out in the procurement documents. Please refer to \u0027EIU - ITP - About the Procurement\u0027 document.",
        "maximumParticipants": 2,
        "method": "withAndWithoutReopeningCompetition",
        "periodRationale": "AWE has a long term programme for electrical upgrades, refurbishment and replacements of substations, high voltage and low voltage cables. The selected Framework term of 15 years, that is 7 years plus a further 8 years (2 terms of 4 years each), aligns with guidance provided in the Construction Playbook on longer-term contracting and portfolios, noting that these arrangements enable standardisation and give Suppliers the certainty needed to invest in productivity and innovation. Adopting a 15 year framework aligns with these principles and will help maintain continuity and support stable supply chain mobilisation. Replacing suppliers mid-programme due to a shorter framework terms would disrupt delivery, cause remobilisation delays, increase risk and undermine the efficiencies and consistency the Playbook seeks to achieve",
        "type": "closed"
      },
      "hasFrameworkAgreement": true
    },
    "title": "Electrical Infrastructure Upgrade Framework",
    "value": {
      "amount": 650000000,
      "amountGross": 780000000,
      "currency": "GBP"
    }
  }
}