Archaeology Framework

A Contract Award Notice
by HIGHWAYS ENGLAND

Source
OJEU
Type
Framework (Services)
Duration
4 year (est.)
Value
STN250M
Sector
CONSTRUCTION
Published
19 Apr 2021
Delivery
To 20 Apr 2025 (est.)
Deadline
n/a

Concepts

Location

This is a national framework

Geochart for 2 buyers and 22 suppliers

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.

Lot Division

1 Lot No 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.

2 Lot No 1b

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

3 Lot 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.

4 Lot No 2b

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

5 Lot 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, 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.

6 Lot No 3b

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

Award Detail

1 Archaeological Management Solutions (Kilrush)
  • Archaeology Framework Lot 1a
  • Num offers: 7
  • Value: £19,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
2 Connect Archaeology (East Lothian)
  • Archaeology Framework Lot 1a
  • Num offers: 7
  • Value: £19,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
3 Infra (Middleton)
  • Archaeology Framework Lot 1a
  • Num offers: 7
  • Value: £19,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
4 Archaeological Management Solutions (Kilrush)
  • Lot No 1b
  • Num offers: 7
  • Value: £16,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
5 Connect Archaeology (East Lothian)
  • Lot No 1b
  • Num offers: 7
  • Value: £16,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
6 Infra (Middleton)
  • Lot No 1b
  • Num offers: 7
  • Value: £16,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
7 Headland Archaeology (Glasgow)
  • Lot no 2a
  • Num offers: 7
  • Value: £72,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
8 Oca (Oxford)
  • Lot no 2a
  • Num offers: 7
  • Value: £72,000,000 [share]
  • Awarded to group of suppliers.
9 AECOM (London)
  • Lot no 2a
  • Num offers: 7
  • Value: £72,000,000 [share]
  • Awarded to group of suppliers.
10 Museum of London Archaeology (London)
  • Lot no 2a
  • Num offers: 7
  • Value: £72,000,000 [share]
  • Awarded to group of suppliers.
11 Headland Archaeology (Glasgow)
  • Lot No 2b
  • Num offers: 7
  • Value: £1,900,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
12 Oca (Oxford)
  • Lot No 2b
  • Num offers: 7
  • Value: £1,900,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
13 AECOM (London)
  • Lot No 2b
  • Num offers: 7
  • Value: £1,900,000 [share]
  • Awarded to group of suppliers.
14 Museum of London Archaeology (London)
  • Lot No 2b
  • Num offers: 7
  • Value: £1,900,000 [share]
  • Awarded to group of suppliers.
15 Headland Archaeololgy (Glasgow)
  • Lot no 3a
  • Num offers: 7
  • Value: £159,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
16 Oca (Oxford)
  • Lot no 3a
  • Num offers: 7
  • Value: £159,000,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
17 AECOM (London)
  • Lot no 3a
  • Num offers: 7
  • Value: £159,000,000 [share]
  • Awarded to group of suppliers.
18 Museum of London Archaeology (London)
  • Lot no 3a
  • Num offers: 7
  • Value: £159,000,000 [share]
  • Awarded to group of suppliers.
19 Headland Archaeology (Glasgow)
  • Lot No 3b
  • Num offers: 7
  • Value: £7,200,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
20 Oca (Oxford)
  • Lot No 3b
  • Num offers: 7
  • Value: £7,200,000 [share]
  • Awarded to group of suppliers.
  • Contractor is an SME.
21 AECOM (London)
  • Lot No 3b
  • Num offers: 7
  • Value: £7,200,000 [share]
  • Awarded to group of suppliers.
22 Museum of London Archaeology (London)
  • Lot No 3b
  • Num offers: 7
  • Value: £7,200,000 [share]
  • Awarded to group of suppliers.

Award Criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents 70.0
PRICE 30.0

CPV Codes

  • 71510000 - Site-investigation services
  • 71351914 - Archaeological services

Indicators

  • Award on basis of price and quality.

Reference

Domains