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