Tender

A66 Northern Trans Pennine Upgrade: Archaeological Trenching

AMEY OW LIMITED

This public procurement record has 1 release in its history.

Tender

02 Feb 2021 at 09:15

Summary of the contracting process

The procurement process is initiated by AMEY OW LIMITED, seeking qualified archaeological contractors for the project titled "A66 Northern Trans Pennine Upgrade: Archaeological Trenching". This project falls within the construction industry category, specifically pertaining to works related to archaeological investigation across regions in the North East and North West of the United Kingdom. The procurement method is a direct tender, with current activities in the planning stage; expressions of interest are due by 16th February 2021, and the contract period is anticipated to commence on 1st April 2021, lasting until 1st October 2021.

This tender presents significant opportunities for businesses specialising in archaeological services, particularly those meeting the required qualifications and experience outlined in the tender notice. Companies capable of delivering high-quality archaeological work, with expertise in managing extensive site operations and complying with health and safety standards, will benefit from this contract. Businesses certified by the Chartered Institute for Archaeologists and having relevant experience in similar projects exceeding £250,000 are encouraged to apply, as well as SMEs and voluntary, community, and social enterprises (VCSEs) aiming to expand their portfolio in public procurement.

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

Notice Title

A66 Northern Trans Pennine Upgrade: Archaeological Trenching

Notice Description

Expressions of interest are sought from suitably qualified and experienced archaeological contractors to provide advance archaeological investigation (archaeological trenching) in connection with the above contract. All works are to be undertaken in accordance with the relevant CIfA Standards and Guidance. A provisional trenching plan has been drawn up and will be supplied to the preferred supplier (s). The provisional trenching totals 1547 trenches comprising 81,217.5 sq m or 46410 linear metres. This represents a 2.5% sample of the land within the current red line boundary for the scheme. It is anticipated that the chosen supplier (s) will be appointed in March 2021 and commence on site in April 2021. The contractor will be expected to supply all plant and welfare facilities; and the manpower and equipment necessary to undertake the cleaning, sampling and recording of the proposed trenches. The contractor will be required to lay out and supervise the opening of all the proposed trenches and to supervise the backfilling and making good of the proposed trenches. The contractor will be expected to undertake reporting on the results of the evaluation. This is to include ongoing reporting during fieldwork at weekly intervals, an interim report available within one month of completing field work at any location and a final report incorporating dating, finds and palaeo-environmental assessments within 6 weeks of completing all fieldwork. The contractor is to be responsible for the preparation of all necessary Health and Safety documents. The contractor will be required to liaise with the Amey/Arup land access and heritage teams to arrange access to the land required for trenching. The appointed contractor(s) will be required to fulfil the duties of Principal Contractor as defined in CDM(2015). Lots: Lot 1:M6 Junction 40 to Kemplay Bank Roundabout and Penrith to Temple Sowerby (Center Parcs). A provisional total of 208 trenches. Lot 2:Temple Sowerby to Appleby and Appleby to Brough (Warcop). A provisional total of 680 trenches. Lot 3:Bowes Bypass (A66/A67), Cross Lanes to Rokeby and Stephen Bank to Carkin Moor. A provisional total of 332 trenches. How to Apply: Interested parties are requested to complete the attached/linked brief questionnaire. A minimum of three and a maximum of six Tenderers will be shortlisted from evaluated applicants and invited to submit competitive tenders, the works being divided into three lots as described above. Tenderers will be required to submit returns for all lots. Additional information: The following archaeological expertise will be required: Site Manager - Similar site management experience Archaeological Project Manager - MCIfA with at least 10 years experience Archaeological Project Officer - ACIfA, with at least 2 years' experience of managing archaeological fieldwork Provide Archaeological Site Supervisor - PCIfA, with at least 2 years' experience of archaeological fieldwork Archaeological Site Assistant /technician - At least 6 months' professional experience of archaeological fieldwork Surveyor - PCIfA, with at least 2 years' experience of archaeological fieldwork Osteoarchaeologist/ Environmental/Geoarchaeological Archaeologist /Finds specialist - MA/MSc with at least 10 years' experience Suppliers must be able to demonstrate a proven track history in delivering similar archaeological works in excess of PS250,000. Supplier must have the following: *Membership of the Chartered Institute for Archaeologists *All staff working on or visiting the site are to hold suitable industry standard accreditation such as CSCS cards and any other requirement as may be stipulated by the Principal Contractor through their tender documentation *Any resources used by the supplier must be PAYE employees of the Supplier, any non-PAYE employees will be subject to an IR35 test (to be paid for by the supplier) *All suppliers must be registered on the HE Passport Scheme *All suppliers must have Constructionline Gold standard or be registered on the Amey evaluation system Curtis Fitch in order to be considered for any opportunity, any successful supplier will need to have either Constructionline Gold standard or be fully evaluated on the Curtis Fitch system (No work can be carried out with Amey without fully completing the evaluation process) Insurance Levels (Minimum requirements): Employers Liability Insurance - PS10m Public / Products, Third Party Liability Insurance - PS10m Professional Indemnity Insurance - PS5m

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-ccd2d580-6655-4c2d-8f98-5999fc2ea728
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/e80086dc-c192-45df-80d0-52e802cdbe77
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Direct
Procurement Method Details
Single tender action (below threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
£800,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Feb 20215 years ago
Submission Deadline
16 Feb 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2021 - 1 Oct 2021 6-12 months
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
AMEY OW LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BIRMINGHAM
Postcode
B4 6AT
Post Town
Birmingham
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG3 West Midlands
Small Region (ITL 3)
TLG31 Birmingham
Delivery Location
TLC North East (England), TLD North West (England)

Local Authority
Birmingham
Electoral Ward
Ladywood
Westminster Constituency
Birmingham Ladywood

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-ccd2d580-6655-4c2d-8f98-5999fc2ea728-2021-02-02T09:15:34Z",
    "date": "2021-02-02T09:15:34Z",
    "ocid": "ocds-b5fd17-ccd2d580-6655-4c2d-8f98-5999fc2ea728",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "A66/Arc",
        "title": "A66 Northern Trans Pennine Upgrade: Archaeological Trenching",
        "description": "Expressions of interest are sought from suitably qualified and experienced archaeological contractors to provide advance archaeological investigation (archaeological trenching) in connection with the above contract. All works are to be undertaken in accordance with the relevant CIfA Standards and Guidance. A provisional trenching plan has been drawn up and will be supplied to the preferred supplier (s). The provisional trenching totals 1547 trenches comprising 81,217.5 sq m or 46410 linear metres. This represents a 2.5% sample of the land within the current red line boundary for the scheme. It is anticipated that the chosen supplier (s) will be appointed in March 2021 and commence on site in April 2021. The contractor will be expected to supply all plant and welfare facilities; and the manpower and equipment necessary to undertake the cleaning, sampling and recording of the proposed trenches. The contractor will be required to lay out and supervise the opening of all the proposed trenches and to supervise the backfilling and making good of the proposed trenches. The contractor will be expected to undertake reporting on the results of the evaluation. This is to include ongoing reporting during fieldwork at weekly intervals, an interim report available within one month of completing field work at any location and a final report incorporating dating, finds and palaeo-environmental assessments within 6 weeks of completing all fieldwork. The contractor is to be responsible for the preparation of all necessary Health and Safety documents. The contractor will be required to liaise with the Amey/Arup land access and heritage teams to arrange access to the land required for trenching. The appointed contractor(s) will be required to fulfil the duties of Principal Contractor as defined in CDM(2015). Lots: Lot 1:M6 Junction 40 to Kemplay Bank Roundabout and Penrith to Temple Sowerby (Center Parcs). A provisional total of 208 trenches. Lot 2:Temple Sowerby to Appleby and Appleby to Brough (Warcop). A provisional total of 680 trenches. Lot 3:Bowes Bypass (A66/A67), Cross Lanes to Rokeby and Stephen Bank to Carkin Moor. A provisional total of 332 trenches. How to Apply: Interested parties are requested to complete the attached/linked brief questionnaire. A minimum of three and a maximum of six Tenderers will be shortlisted from evaluated applicants and invited to submit competitive tenders, the works being divided into three lots as described above. Tenderers will be required to submit returns for all lots. Additional information: The following archaeological expertise will be required: Site Manager - Similar site management experience Archaeological Project Manager - MCIfA with at least 10 years experience Archaeological Project Officer - ACIfA, with at least 2 years' experience of managing archaeological fieldwork Provide Archaeological Site Supervisor - PCIfA, with at least 2 years' experience of archaeological fieldwork Archaeological Site Assistant /technician - At least 6 months' professional experience of archaeological fieldwork Surveyor - PCIfA, with at least 2 years' experience of archaeological fieldwork Osteoarchaeologist/ Environmental/Geoarchaeological Archaeologist /Finds specialist - MA/MSc with at least 10 years' experience Suppliers must be able to demonstrate a proven track history in delivering similar archaeological works in excess of PS250,000. Supplier must have the following: *Membership of the Chartered Institute for Archaeologists *All staff working on or visiting the site are to hold suitable industry standard accreditation such as CSCS cards and any other requirement as may be stipulated by the Principal Contractor through their tender documentation *Any resources used by the supplier must be PAYE employees of the Supplier, any non-PAYE employees will be subject to an IR35 test (to be paid for by the supplier) *All suppliers must be registered on the HE Passport Scheme *All suppliers must have Constructionline Gold standard or be registered on the Amey evaluation system Curtis Fitch in order to be considered for any opportunity, any successful supplier will need to have either Constructionline Gold standard or be fully evaluated on the Curtis Fitch system (No work can be carried out with Amey without fully completing the evaluation process) Insurance Levels (Minimum requirements): Employers Liability Insurance - PS10m Public / Products, Third Party Liability Insurance - PS10m Professional Indemnity Insurance - PS5m",
        "datePublished": "2021-02-02T09:15:34Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 600000,
            "currency": "GBP"
        },
        "value": {
            "amount": 800000,
            "currency": "GBP"
        },
        "procurementMethod": "direct",
        "procurementMethodDetails": "Single tender action (below threshold)",
        "tenderPeriod": {
            "endDate": "2021-02-16T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2021-04-01T00:00:00+01:00",
            "endDate": "2021-10-01T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "works",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/e80086dc-c192-45df-80d0-52e802cdbe77",
                "datePublished": "2021-02-02T09:15:34Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "technicalSpecifications",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/361b4627-4ab1-450b-bf1c-2918629cafb9",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "documentType": "biddingDocuments",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/4f36328d-0f56-410b-8288-9168b4601096",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "4",
                "documentType": "evaluationCriteria",
                "url": "https://he.validate.mitie.com"
            },
            {
                "id": "5",
                "documentType": "evaluationCriteria",
                "url": "https://suppliers.amey.co.uk/"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/JJmb87sH",
            "name": "AMEY OW LIMITED",
            "identifier": {
                "legalName": "AMEY OW LIMITED",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/JJmb87sH"
            },
            "address": {
                "streetAddress": "Amey PLC,Colmore Building, 20 Colmore Circus Queensway",
                "locality": "BIRMINGHAM",
                "postalCode": "B46AT",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Anthony Timmins",
                "email": "anthony.timmins@amey.co.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/JJmb87sH",
        "name": "AMEY OW LIMITED"
    }
}