Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Archaeology Framework

  • First published: 19 April 2021
  • Last modified: 19 April 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Highways England
Authority ID:
AA38103
Publication date:
19 April 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting authority

I.1) Name and addresses

Highways England

09346363

Woodlands, Manton Lane

Bedford

MK417LW

UK

Telephone: +44 7850907451

E-mail: annabel.dunn@highwaysengland.co.uk

NUTS: UK

Internet address(es)

Main address: www.highwaysengland.co.uk

I.4) Type of the contracting authority

National or federal agency/office

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Archaeology Framework

Reference number: ITT 5190

II.1.2) Main CPV code

71510000

 

II.1.3) Type of contract

Services

II.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 is composed of six lots. Work orders are undertaken through lots 1a, 2a and 3a,

Values based on individual Schemes within each lot:

Lot 1a: up to GBP 2 000 000;

Lot 2a: GBP 2 000 000 — <GBP 5 000 000;

Lot 3a: GBP 5 000 0000 or more.

Time charge orders are undertaken through lots 1b, 2b, 3b.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 250 000 000.00  STN

II.2) Description

Lot No: 1a

II.2.1) Title

Lot No 1a

II.2.2) Additional CPV code(s)

71351914

71510000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This is a national framework.

II.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.

II.2.5) Award criteria

Quality criterion: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 70

Price / Weighting:  30

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Lot 1a is for schemes of value < 2 000 000. 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.

Lot No: 1b

II.2.1) Title

Lot No 1b

II.2.2) Additional CPV code(s)

71351914

71510000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This is a national framework.

II.2.4) Description of the procurement

To provide time charge orders to support the development of work orders in Lot 3a.

II.2.5) Award criteria

Quality criterion: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 70

Price / Weighting:  30

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 2a

II.2.1) Title

Lot No 2a

II.2.2) Additional CPV code(s)

71351914

71510000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This is a national framework.

II.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.

II.2.5) Award criteria

Quality criterion: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 70

Price / Weighting:  30

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Lot 2a is for schemes of value GBP 2 000 000 — < GBP 5 000 000. 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 lot.

Lot No: 2b

II.2.1) Title

Lot No 2b

II.2.2) Additional CPV code(s)

71351914

71510000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This is a national framework.

II.2.4) Description of the procurement

To provide time charge orders to support the development of work orders in lot 1a.

II.2.5) Award criteria

Quality criterion: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 70

Price / Weighting:  30

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Lot No: 3a

II.2.1) Title

Lot No 3a

II.2.2) Additional CPV code(s)

71351914

71510000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This is a national framework.

II.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, at the direction of the client.

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.

II.2.5) Award criteria

Quality criterion: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 70

Price / Weighting:  30

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

Lot 3a is for schemes of value > GBP 5 000 000. 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.

Lot No: 3b

II.2.1) Title

Lot No 3b

II.2.2) Additional CPV code(s)

71351914

71510000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

This is a national framework.

II.2.4) Description of the procurement

To provide time charge orders to support the development of work orders in Lot 2a.

II.2.5) Award criteria

Quality criterion: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 70

Price / Weighting:  30

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 134-331367

Section V: Award of contract

Lot No: 1a

Title: Archaeology Framework Lot 1a

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

14/09/2020

V.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Archaeological Management Solutions

497301

Unit 1, Hector Street Mills, Kilrush

Kilrush

IE

NUTS: IE

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Connect Archaeology LLP

SO306033

Old Engine House, Eskmills Park, Musselburgh, East Lothian

East Lothian

EH21 7PQ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Infra JV

335303

Unit 2, Europa Enterprise Park, Middleton Co Cork

Middleton

P25 TV25

IE

NUTS: IE

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 19 000 000.00  STN

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1b

Title: Lot No 1b

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

14/09/2020

V.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Archaeological Management Solutions

497301

Unit 1, Hector Street Mills, Kilrush, Co. Clare

Kilrush

IE

NUTS: IE

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Connect Archaeology LLP

SO306033

Old Engine house, Eskmills Park, Musselburgh, East Lothian

East Lothian

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Infra JV

335303

Unit 2, Europa Enterprise Park, Middleton, Co. Cork

Middleton

IE

NUTS: IE

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 16 000 000.00  STN

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2a

Title: Lot no 2a

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

14/09/2020

V.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Headland Archaeology

SC342945

65 Sussex Street, Glasgow Scotland

Glasgow

G41 1DX

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

OCA JV

1618597

Janus House, Osney Mead

Oxford

OX2 OES

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Aecom Ltd

1846493

Aldgate Tower, 2 Leman Street, E1 8FA

London

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Museum of London Archaeology

7751831

Mortimer Wheeler House, N1 7ED

London

N1 7ED

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 72 000 000.00  STN

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2b

Title: Lot No 2b

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

14/09/2020

V.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Headland Archaeology

SC342945

65 Sussex Street

Glasgow

G41 1DX

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

OCA JV

1618597

Janus House, Osney Mead

Oxford

OX2 OES

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Aecom Ltd

1846493

Aldgate Tower, 2 Leman Street

London

E1 8FA

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Museum of London Archaeology

7751831

Mortimer Wheeler House, 46 Eagle Wharf Road

London

N1 7ED

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 1 900 000.00  STN

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3a

Title: Lot no 3a

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

14/09/2020

V.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Headland Archaeololgy

SC342945

65 Sussex Street, Glasgow, Scotland

Glasgow

G41 1DX

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

OCA JV

1618597

Oxford

OX2 OES

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Aecom Ltd

1846493

London

E1 8FA

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Museum of London Archaeology

7751831

London

N1 7ED

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 159 000 000.00  STN

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3b

Title: Lot No 3b

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

14/09/2020

V.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Headland Archaeology

SC342945

Glasgow

G41 1DX

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

OCA JV

1618597

Oxford

OX2 OES

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Aecom Ltd

1846493

London

E1 8FA

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Museum of London Archaeology

7751831

London

N1 7ED

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 7 200 000.00  STN

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Highways England

Bedford

MK41 7LW

UK

VI.5) Date of dispatch of this notice

14/04/2021

Coding

Commodity categories

ID Title Parent category
71351914 Archaeological services Geological, geophysical and other scientific prospecting services
71510000 Site-investigation services Construction-related services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
annabel.dunn@highwaysengland.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.