Section one: Contracting authority
one.1) Name and addresses
Highways England
Woodlands, Manton Lane,
Bedford
MK41 7LW
Contact
Annabel Dunn
annabel.dunn@highwaysengland.co.uk
Telephone
+44 7850907451
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Archaeology Framework
two.1.2) Main CPV code
- 71510000 - Site-investigation services
two.1.3) Type of contract
Services
two.1.4) Short description
Highways England (HE) has a legal obligation to ensure that archaeological remains are preserved, and
recorded where new roads, motorway widening projects and trunk road improvements are built by providing
appropriate archaeological expertise, advice on design and contract documentation, supervising, monitoring,
search and recovery and reporting progress on all stages of work.
HE has highlighted the need for an archaeology framework with technically competent, capacity enabled
suppliers, to provide a consistent route across programmes/directorates, drive savings and build direct
relationships with suppliers. The framework will be enabled for use by Highways England other Contractors.
The framework will be composed of six lots. Work orders will be undertaken through lots 1a, 2a and 3a with
values based on individual Schemes within each lot:
Lot 1a: up to GBP 2 million,
Lot 2a: GBP 2 million — Lot 3a: GBP 5 million or more. Time charge orders will be undertaken through lots 1b 2b and 3b. This contract is divided into lots: Yes Value excluding VAT: £250,000,000 1a The scope of the services and works that will be delivered under the framework will cover six stages: Stage 1: The provision of general early-stage, desk-based advice on the production and costing of deliverables and interventions to inform a submission. Stage 2: Includes the provision of detailed assessment from the framework suppliers. This would cover the range of skill sets not normally found ‘in-house’ within the client’s design-consultancy providers. Stage 3: Detailed design and implementation of investigations. The framework suppliers supply non-intrusive and intrusive archaeological investigations as appropriate. Stage 4: Mitigation measures including: • avoidance, preservation by burial or investigation in the case of archaeological remains; • relocation, photographic or drawn to scale surveys in the case of historic buildings; • recording, information panels or landscape works in the case of impacts on historic landscapes; and • reduction to impact on setting through screening or landscaping. Stage 5: Archaeological mitigation for on-site works • preservation of archaeological sites in situ (some may require small scale investigation); and • archaeological recording of assets to be removed by the package contract. Stage 6: Archaeological mitigation programme for off-site works • preliminary processing of excavated material and data; • post-fieldwork assessment; • analysis and publication; and • public archaeology and community engagement. Where archaeological remains are to be preserved in situ the archaeological. Supplier may be required to undertake or monitor other suppliers’ activities. Quality criterion - Name: Quality / Weighting: 70 Cost criterion - Name: Price / Weighting: 30 Options: No The procurement is related to a project and/or programme financed by European Union funds: No Lot 1a is for schemes of value < 2 million. As the roads investment strategy 2 period progresses Highways England reserves the right to transfer any unallocated value between lots to fund additional schemes. When considering potential value of work which may be won by a successful supplier, tenderers should consider the total expected value of the framework as well as the relevant lot. 1b The scope of all lots covers six stages: Stage 1: The provision of general early-stage, desk-based advice on the production and costing of deliverables and interventions to inform a submission. Stage 2: Includes the provision of detailed assessment from the framework suppliers. This would cover the range of skill sets not normally found ‘in-house’ within the Client’s design-consultancy providers. Stage 3: Detailed design and implementation of investigations. The framework suppliers supply non-intrusive and intrusive archaeological investigations as appropriate. Stage 4: Mitigation measures including: • avoidance, preservation by burial or investigation in the case of archaeological remains; • relocation, photographic or drawn to scale surveys in the case of historic buildings; • recording, information panels or landscape works in the case of impacts on historic landscapes; and • reduction to impact on setting through screening or landscaping. Stage 5: archaeological mitigation for on-site works: • preservation of archaeological sites in situ (some may require small scale investigation); and • archaeological recording of assets to be removed by the package contract. Stage 6: archaeological mitigation programme for off-site works • preliminary processing of excavated material and data; • post-fieldwork assessment; • analysis and publication; and • public archaeology and community engagement. Where archaeological remains are to be preserved in situ the archaeological supplier may be required to undertake or monitor other suppliers’ activities. Quality criterion - Name: Quality / Weighting: 70 Cost criterion - Name: Price / Weighting: 30 Options: No The procurement is related to a project and/or programme financed by European Union funds: No 2a The scope of all lots covers six stages: Stage 1: The provision of general early-stage, desk-based advice on the production and costing of deliverables and interventions to inform a submission. Stage 2: Includes the provision of detailed assessment from the framework suppliers. This would cover the range of skill sets not normally found ‘in-house’ within the Client’s design-consultancy providers. Stage 3: Detailed design and implementation of investigations. The framework suppliers supply non-intrusive and intrusive archaeological investigations as appropriate. Stage 4: Mitigation measures including: • avoidance, preservation by burial or investigation in the case of archaeological remains; • relocation, photographic or drawn to scale surveys in the case of historic buildings; • recording, information panels or landscape works in the case of impacts on historic landscapes; and • reduction to impact on setting through screening or landscaping. Stage 5: archaeological mitigation for on-site works: • preservation of archaeological sites in situ (some may require small scale investigation); and • archaeological recording of assets to be removed by the package contract. Stage 6: archaeological mitigation programme for off-site works • preliminary processing of excavated material and data; • post-fieldwork assessment; • analysis and publication; and • public archaeology and community engagement. Where archaeological remains are to be preserved in situ the archaeological supplier may be required to undertake or monitor other suppliers’ activities Quality criterion - Name: Quality / Weighting: 70 Cost criterion - Name: Price / Weighting: 30 Options: No The procurement is related to a project and/or programme financed by European Union funds: No Lot 2a is for schemes of value GBP 2 million — < GBP 5 million. As the roads investment strategy 2 period progresses Highways England reserves the right to transfer any unallocated value between lots to fund additional schemes. When considering potential value of work which may be won by a supplier, tenderers to consider the total expected value of the framework as well as the relevant lot 2b The scope of all lots covers six stages: Stage 1: The provision of general early-stage, desk-based advice on the production and costing of deliverables and interventions to inform a submission. Stage 2: Includes the provision of detailed assessment from the framework suppliers. This would cover the range of skill sets not normally found ‘in-house’ within the Client’s design-consultancy providers. Stage 3: Detailed design and implementation of investigations. The framework suppliers supply non-intrusive and intrusive archaeological investigations as appropriate. Stage 4: Mitigation measures including: • avoidance, preservation by burial or investigation in the case of archaeological remains; • relocation, photographic or drawn to scale surveys in the case of historic buildings; • recording, information panels or landscape works in the case of impacts on historic landscapes; and • reduction to impact on setting through screening or landscaping. Stage 5: archaeological mitigation for on-site works: • preservation of archaeological sites in situ (some may require small scale investigation); and • archaeological recording of assets to be removed by the package contract. Stage 6: archaeological mitigation programme for off-site works • preliminary processing of excavated material and data; • post-fieldwork assessment; • analysis and publication; and • public archaeology and community engagement. Where archaeological remains are to be preserved in situ the archaeological supplier may be required to undertake or monitor other suppliers’ activities Quality criterion - Name: Quality / Weighting: 70 Cost criterion - Name: Price / Weighting: 30 Options: No The procurement is related to a project and/or programme financed by European Union funds: No 3a The scope of all lots covers six stages: Stage 1: The provision of general early-stage, desk-based advice on the production and costing of deliverables and interventions to inform a submission. Stage 2: Includes the provision of detailed assessment from the framework suppliers. This would cover the range of skill sets not normally found ‘in-house’ within the Client’s design-consultancy providers. Stage 3: Detailed design and implementation of investigations. The framework suppliers supply non-intrusive and intrusive archaeological investigations as appropriate. Stage 4: Mitigation measures including: • avoidance, preservation by burial or investigation in the case of archaeological remains; • relocation, photographic or drawn to scale surveys in the case of historic buildings; • recording, information panels or landscape works in the case of impacts on historic landscapes; and • reduction to impact on setting through screening or landscaping. Stage 5: archaeological mitigation for on-site works: • preservation of archaeological sites in situ (some may require small scale investigation); and • archaeological recording of assets to be removed by the package contract. Stage 6: archaeological mitigation programme for off-site works • preliminary processing of excavated material and data; • post-fieldwork assessment; • analysis and publication; and • public archaeology and community engagement. Where archaeological remains are to be preserved in situ the archaeological supplier may be required to undertake or monitor other suppliers’ activities Quality criterion - Name: Quality / Weighting: 70 Cost criterion - Name: Price / Weighting: 30 Options: No The procurement is related to a project and/or programme financed by European Union funds: No Lot 3a is for schemes of value > GBP 5 million. As the roads investment strategy 2 period progresses Highways England reserves the right to transfer any unallocated value between lots to fund additional schemes. When considering potential value of work which may be won by a successful supplier, tenderers should consider the total expected value of the framework as well as the relevant lot. 3b The scope of all lots covers six stages: Stage 1: The provision of general early-stage, desk-based advice on the production and costing of deliverables and interventions to inform a submission. Stage 2: Includes the provision of detailed assessment from the framework suppliers. This would cover the range of skill sets not normally found ‘in-house’ within the Client’s design-consultancy providers. Stage 3: Detailed design and implementation of investigations. The framework suppliers supply non-intrusive and intrusive archaeological investigations as appropriate. Stage 4: Mitigation measures including: • avoidance, preservation by burial or investigation in the case of archaeological remains; • relocation, photographic or drawn to scale surveys in the case of historic buildings; • recording, information panels or landscape works in the case of impacts on historic landscapes; and • reduction to impact on setting through screening or landscaping. Stage 5: archaeological mitigation for on-site works: • preservation of archaeological sites in situ (some may require small scale investigation); and • archaeological recording of assets to be removed by the package contract. Stage 6: archaeological mitigation programme for off-site works • preliminary processing of excavated material and data; • post-fieldwork assessment; • analysis and publication; and • public archaeology and community engagement. Where archaeological remains are to be preserved in situ the archaeological supplier may be required to undertake or monitor other suppliers’ activities Quality criterion - Name: Quality / Weighting: 70 Cost criterion - Name: Price / Weighting: 30 Options: No The procurement is related to a project and/or programme financed by European Union funds: Notwo.1.6) Information about lots
two.1.7) Total value of the procurement (excluding VAT)
two.2) Description
two.2.1) Title
Lot No
two.2.2) Additional CPV code(s)
two.2.3) Place of performance
NUTS codes
two.2.4) Description of the procurement
two.2.5) Award criteria
two.2.11) Information about options
two.2.13) Information about European Union Funds
two.2.14) Additional information
two.2) Description
two.2.1) Title
Lot No
two.2.2) Additional CPV code(s)
two.2.3) Place of performance
NUTS codes
two.2.4) Description of the procurement
two.2.5) Award criteria
two.2.11) Information about options
two.2.13) Information about European Union Funds
two.2) Description
two.2.1) Title
Lot No
two.2.2) Additional CPV code(s)
two.2.3) Place of performance
NUTS codes
two.2.4) Description of the procurement
two.2.5) Award criteria
two.2.11) Information about options
two.2.13) Information about European Union Funds
two.2.14) Additional information
two.2) Description
two.2.1) Title
Lot No
two.2.2) Additional CPV code(s)
two.2.3) Place of performance
NUTS codes
two.2.4) Description of the procurement
two.2.5) Award criteria
two.2.11) Information about options
two.2.13) Information about European Union Funds
two.2) Description
two.2.1) Title
Lot No
two.2.2) Additional CPV code(s)
two.2.3) Place of performance
NUTS codes
two.2.4) Description of the procurement
two.2.5) Award criteria
two.2.11) Information about options
two.2.13) Information about European Union Funds
two.2.14) Additional information
two.2) Description
two.2.1) Title
Lot No
two.2.2) Additional CPV code(s)
two.2.3) Place of performance
NUTS codes
two.2.4) Description of the procurement
two.2.5) Award criteria
two.2.11) Information about options
two.2.13) Information about European Union Funds
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 134-331367
Section five. Award of contract
Lot No
1a
Title
Archaeology Framework Lot 1a
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 September 2020
five.2.2) Information about tenders
Number of tenders received: 8
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Archaeological Management Solutions
Kilrush
Country
Ireland
NUTS code
- IE - Ireland
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Connect Archaeology LLP
Musselburgh
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Infra JV
Middleton
Country
Ireland
NUTS code
- IE - Ireland
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £19,000,000
Section five. Award of contract
Lot No
1b
Title
Archaeology Framework Lot 1b
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 September 2020
five.2.2) Information about tenders
Number of tenders received: 8
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Archaeological Management Solutions
Kilrush
Country
Ireland
NUTS code
- IE - Ireland
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Connect Archaeology LLP
Musselburgh
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Infra JV
Middleton
Country
Ireland
NUTS code
- IE - Ireland
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £16,000,000
Section five. Award of contract
Lot No
2a
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 September 2020
five.2.2) Information about tenders
Number of tenders received: 8
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Headland Archaeology
Glasgow
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
OCA JV
Oxford
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Aecom Ltd
London
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
No
five.2.3) Name and address of the contractor
Museum of London Archaeology
London
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £72,000,000
Section five. Award of contract
Lot No
2b
Title
Archaeology Framework Lot 2b
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 September 2020
five.2.2) Information about tenders
Number of tenders received: 8
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Headland Archaeology
Glasgow
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
OCA JV
Oxford
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Aecom Ltd
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Museum of London Archaeology
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £19,000,000
Section five. Award of contract
Lot No
3a
Title
Archaeology Framework Lot 3a
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 September 2020
five.2.2) Information about tenders
Number of tenders received: 8
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Headland Archaeology
Glasgow
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
OCA JV
Oxford
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Aecom Ltd
London
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.3) Name and address of the contractor
Museum of London Archaeology
London
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £159,000,000
Section five. Award of contract
Lot No
3b
Title
Archaeology Framework Lot 3b
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
14 September 2020
five.2.2) Information about tenders
Number of tenders received: 8
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Headland Archaeology
Glasgow
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
OCA JV
Oxford
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Aecom Ltd
London
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
No
five.2.3) Name and address of the contractor
Museum of London Archaeology
London
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £7,200,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Highways England
Woodlands
Bedford
MK41 7LW
Country
United Kingdom