Awarded contract

Archaeology Framework

  • Highways England

F03: Contract award notice

Notice reference: 2021/S 000-008404

Published 20 April 2021, 10:55pm



Section one: Contracting authority

one.1) Name and addresses

Highways England

Woodlands, Manton Lane,

Bedford

MK41 7LW

Contact

Annabel Dunn

Email

annabel.dunn@highwaysengland.co.uk

Telephone

+44 7850907451

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.highwaysengland.co.uk

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.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £250,000,000

two.2) Description

two.2.1) Title

Lot No

1a

two.2.2) Additional CPV code(s)

  • 71510000 - Site-investigation services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

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.

two.2) Description

two.2.1) Title

Lot No

1b

two.2.2) Additional CPV code(s)

  • 71510000 - Site-investigation services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot No

2a

two.2.2) Additional CPV code(s)

  • 71510000 - Site-investigation services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

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

two.2) Description

two.2.1) Title

Lot No

2b

two.2.2) Additional CPV code(s)

  • 71510000 - Site-investigation services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Lot No

3a

two.2.2) Additional CPV code(s)

  • 71510000 - Site-investigation services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

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.

two.2) Description

two.2.1) Title

Lot No

3b

two.2.2) Additional CPV code(s)

  • 71510000 - Site-investigation services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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