Tender

Archaeology Framework

HIGHWAYS ENGLAND

This public procurement record has 1 release in its history.

Tender

13 Jul 2020 at 07:54

Summary of the contracting process

Highways England is currently conducting a tender for an "Archaeology Framework," aimed at providers of site-investigation services within the archaeological sector. This procurement is in the Tender stage, with submissions due by 18 August 2020. The framework will consist of six lots designed to offer a range of archaeological services, including early-stage advice, detailed assessments, and mitigation measures, with the contract period spanning from 1 February 2021 to 31 January 2025. The procurement follows an open process, allowing participation from a wide range of suppliers and is open to businesses located in the United Kingdom and beyond.

This tender represents an excellent opportunity for businesses specialising in archaeological services, including those offering site investigations, assessments, and mitigation strategies. Companies operating as small and medium-sized enterprises (SMEs) may particularly benefit from the framework’s structure, which allows for the awarding of multiple lots. Engaging in this procurement can facilitate growth and create long-term partnerships with Highways England and its contractors, thereby enhancing business development in the archaeological sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Archaeology Framework

Notice Description

Highways England has highlighted the need for an archaeology framework with technically competent, capacity enabled suppliers, in order 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 6 lots. Suppliers may be awarded up to a maximum of two lots from lots 1a, 2a and 3a. Work Orders will be undertaken through lots 1a, 2a,and 3a with values based on individual Schemes within each lot. Lot 1a: up to PS2 Million Lot 2a: from PS2 Million - up to PS5 Million Lot 3a: > PS5 Million Time Charge Orders will be undertaken through lots 1b, 2b and 3b . The scope of the services and works that will be delivered under the Framework will cover 6 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. The contract start and end dates are indicative and subject to change. Highways England reserves the right to transfer any unallocated value between lots to fund additional schemes. Additional information: The Contracting Authority will use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. How to take part in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - visit https://highways.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click 'continue' - Enter your business and user details - Note the username you chose and click 'Save' when complete - You will shortly receive an email with your unique password. 2. Express an Interest in the tender - Login to the portal - Click the 'PQQs/ITTs Open to All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier). Click on the relevant PQQ/ITT to access the content. Click the 'Express Interest' button at the top of this page. This will move the PQQ/ITT into your 'My PQQs/ My ITT's page. (This is a secure area reserved for your projects only). You can access any attachments by clicking the 'Buyer Attachments' in the 'PQQ/ITT Details box. 3. Responding to the tender - Click 'My Response' under 'PQQ/ITT Details' , you can 'Create Response' or 'Decline to Respond' (please give a reason if declining). You can use the 'Messages' function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ITT. There may be a mixture of online and offline actions for you to perform (there is detailed online help available). Submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult online help, or contact the e-tendering help desk. An online tender event will be held w/c 13 July to to explain aspects of the tender process and documentation. if you are interested in attending please contact Alison Perrry: alison.perry@highwaysenglandco.uk

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-52bcad7d-f6c2-4743-a261-ef7010704a35
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/3118abca-6cd1-4ca5-92cd-ee5a4ec2ea4c
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71510000 - Site-investigation services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
13 Jul 20205 years ago
Submission Deadline
18 Aug 2020Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Feb 2021 - 31 Jan 2025 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HIGHWAYS ENGLAND
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BEDFORD
Postcode
MK41 7LW
Post Town
Milton Keynes
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH2 Bedfordshire and Hertfordshire
Small Region (ITL 3)
TLH24 Bedford
Delivery Location
Not specified

Local Authority
Bedford
Electoral Ward
Harpur
Westminster Constituency
Bedford

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-52bcad7d-f6c2-4743-a261-ef7010704a35-2020-07-13T08:54:06+01:00",
    "date": "2020-07-13T08:54:06+01:00",
    "ocid": "ocds-b5fd17-52bcad7d-f6c2-4743-a261-ef7010704a35",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_234153/867672",
        "title": "Archaeology Framework",
        "description": "Highways England has highlighted the need for an archaeology framework with technically competent, capacity enabled suppliers, in order 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 6 lots. Suppliers may be awarded up to a maximum of two lots from lots 1a, 2a and 3a. Work Orders will be undertaken through lots 1a, 2a,and 3a with values based on individual Schemes within each lot. Lot 1a: up to PS2 Million Lot 2a: from PS2 Million - up to PS5 Million Lot 3a: > PS5 Million Time Charge Orders will be undertaken through lots 1b, 2b and 3b . The scope of the services and works that will be delivered under the Framework will cover 6 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. The contract start and end dates are indicative and subject to change. Highways England reserves the right to transfer any unallocated value between lots to fund additional schemes. Additional information: The Contracting Authority will use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. How to take part in this Tender: 1. Register your company on the eSourcing portal (this is only required once) - visit https://highways.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click 'continue' - Enter your business and user details - Note the username you chose and click 'Save' when complete - You will shortly receive an email with your unique password. 2. Express an Interest in the tender - Login to the portal - Click the 'PQQs/ITTs Open to All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier). Click on the relevant PQQ/ITT to access the content. Click the 'Express Interest' button at the top of this page. This will move the PQQ/ITT into your 'My PQQs/ My ITT's page. (This is a secure area reserved for your projects only). You can access any attachments by clicking the 'Buyer Attachments' in the 'PQQ/ITT Details box. 3. Responding to the tender - Click 'My Response' under 'PQQ/ITT Details' , you can 'Create Response' or 'Decline to Respond' (please give a reason if declining). You can use the 'Messages' function to communicate with the buyer and seek any clarification. Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ITT. There may be a mixture of online and offline actions for you to perform (there is detailed online help available). Submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult online help, or contact the e-tendering help desk. An online tender event will be held w/c 13 July to to explain aspects of the tender process and documentation. if you are interested in attending please contact Alison Perrry: alison.perry@highwaysenglandco.uk",
        "datePublished": "2020-07-13T08:54:06+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71510000",
            "description": "Site-investigation services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2020-08-18T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2021-02-01T00:00:00Z",
            "endDate": "2025-01-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/3118abca-6cd1-4ca5-92cd-ee5a4ec2ea4c",
                "datePublished": "2020-07-13T08:54:06+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "e-Sourcing portal",
                "url": "https://highways.bravosolution.co.uk"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-147406",
            "name": "Highways England",
            "identifier": {
                "legalName": "Highways England"
            },
            "address": {
                "streetAddress": "Woodlands",
                "locality": "Bedford",
                "postalCode": "MK41 7LW",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "annabel.dunn@highwaysengland.co.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-147406",
        "name": "Highways England"
    }
}