Award

Archaeology Framework

HIGHWAYS ENGLAND

This public procurement record has 1 release in its history.

Award

20 Apr 2021 at 21:55

Summary of the contracting process

Highways England is undertaking an open tender process for an "Archaeology Framework" aimed at delivering site-investigation services essential for preserving archaeological remains during road construction and improvement projects. This procurement encompasses various lots with values ranging from less than £2 million to over £5 million, with the framework being available for use by other Highways England contractors. The contract was awarded on 14th September 2020 and includes multiple key components, such as detailed design and investigative work across several stages to ensure compliance with legal obligations regarding archaeological preservation.

This tender offers significant opportunities for businesses specialising in archaeological services, particularly those with expertise in site investigations, historical documentation, and mitigation strategies. Small to medium-sized enterprises (SMEs) that can demonstrate technical competence and capacity are well-positioned to bid, especially for the lower value lots. The competitive nature of this framework should encourage innovative approaches while allowing successful bidders to establish long-term relations with Highways England, thus enhancing their growth prospects in public procurement.

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 (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 will be composed of six lots. Work orders will be undertaken through lots 1a, 2a and 3a with values based on individual Schemes within each lot: Lot 1a: up to GBP 2 million, Lot 2a: GBP 2 million -- <GBP 5 million, Lot 3a: GBP 5 million or more. Time charge orders will be undertaken through lots 1b 2b and 3b.

Lot Information

Lot 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. Additional information: Lot 1a is for schemes of value < 2 million. 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 1b

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.

Lot 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 Additional information: Lot 2a is for schemes of value GBP 2 million -- < GBP 5 million. 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 supplier, tenderers to consider the total expected value of the framework as well as the relevant lot

Lot 2b

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

Lot 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. 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. Additional information: Lot 3a is for schemes of value > GBP 5 million. 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 3b

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

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02a845
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008404-2021
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

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
£273,200,000 £100M-£1B

Notice Dates

Publication Date
20 Apr 20214 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
13 Sep 20205 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
HIGHWAYS ENGLAND
Contact Name
Annabel Dunn
Contact Email
annabel.dunn@highwaysengland.co.uk
Contact Phone
+44 7850907451

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

Supplier Information

Number of Suppliers
7
Supplier Names

AECOM

ARCHAEOLOGICAL MANAGEMENT SOLUTIONS

CONNECT ARCHAEOLOGY

HEADLAND ARCHAEOLOGY

INFRA JV

MUSEUM OF LONDON ARCHAEOLOGY

OCA JV

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-h6vhtk-02a845-2021-04-20T22:55:07+01:00",
    "date": "2021-04-20T22:55:07+01:00",
    "ocid": "ocds-h6vhtk-02a845",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02a845",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Archaeology Framework",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71510000",
            "description": "Site-investigation services"
        },
        "mainProcurementCategory": "services",
        "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 will be composed of six lots. Work orders will be undertaken through lots 1a, 2a and 3a with values based on individual Schemes within each lot: Lot 1a: up to GBP 2 million, Lot 2a: GBP 2 million -- <GBP 5 million, Lot 3a: GBP 5 million or more. Time charge orders will be undertaken through lots 1b 2b and 3b.",
        "lots": [
            {
                "id": "1a",
                "description": "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. Additional information: Lot 1a is for schemes of value < 2 million. 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Price",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "1b",
                "description": "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Price",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "2a",
                "description": "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 Additional information: Lot 2a is for schemes of value GBP 2 million -- < GBP 5 million. 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 supplier, tenderers to consider the total expected value of the framework as well as the relevant lot",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Price",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "2b",
                "description": "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",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Price",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "3a",
                "description": "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. Additional information: Lot 3a is for schemes of value > GBP 5 million. 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Price",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            },
            {
                "id": "3b",
                "description": "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",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Price",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1a",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71510000",
                        "description": "Site-investigation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1a"
            },
            {
                "id": "1b",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71510000",
                        "description": "Site-investigation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1b"
            },
            {
                "id": "2a",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71510000",
                        "description": "Site-investigation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2a"
            },
            {
                "id": "2b",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71510000",
                        "description": "Site-investigation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "2b"
            },
            {
                "id": "3a",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71510000",
                        "description": "Site-investigation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "3a"
            },
            {
                "id": "3b",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71510000",
                        "description": "Site-investigation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "3b"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure"
    },
    "awards": [
        {
            "id": "008404-2021-1",
            "relatedLots": [
                "1a"
            ],
            "title": "Archaeology Framework Lot 1a",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-13315",
                    "name": "Archaeological Management Solutions"
                },
                {
                    "id": "GB-FTS-13318",
                    "name": "Connect Archaeology LLP"
                },
                {
                    "id": "GB-FTS-13319",
                    "name": "Infra JV"
                }
            ]
        },
        {
            "id": "008404-2021-2",
            "relatedLots": [
                "1b"
            ],
            "title": "Archaeology Framework Lot 1b",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-13316",
                    "name": "Archaeological Management Solutions"
                },
                {
                    "id": "GB-FTS-13318",
                    "name": "Connect Archaeology LLP"
                },
                {
                    "id": "GB-FTS-13319",
                    "name": "Infra JV"
                }
            ]
        },
        {
            "id": "008404-2021-3",
            "relatedLots": [
                "2a"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-13317",
                    "name": "Headland Archaeology"
                },
                {
                    "id": "GB-FTS-13320",
                    "name": "OCA JV"
                },
                {
                    "id": "GB-FTS-13296",
                    "name": "Aecom Ltd"
                },
                {
                    "id": "GB-FTS-13321",
                    "name": "Museum of London Archaeology"
                }
            ]
        },
        {
            "id": "008404-2021-4",
            "relatedLots": [
                "2b"
            ],
            "title": "Archaeology Framework Lot 2b",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-13317",
                    "name": "Headland Archaeology"
                },
                {
                    "id": "GB-FTS-13320",
                    "name": "OCA JV"
                },
                {
                    "id": "GB-FTS-13296",
                    "name": "Aecom Ltd"
                },
                {
                    "id": "GB-FTS-13321",
                    "name": "Museum of London Archaeology"
                }
            ]
        },
        {
            "id": "008404-2021-5",
            "relatedLots": [
                "3a"
            ],
            "title": "Archaeology Framework Lot 3a",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-13317",
                    "name": "Headland Archaeology"
                },
                {
                    "id": "GB-FTS-13320",
                    "name": "OCA JV"
                },
                {
                    "id": "GB-FTS-13296",
                    "name": "Aecom Ltd"
                },
                {
                    "id": "GB-FTS-13321",
                    "name": "Museum of London Archaeology"
                }
            ]
        },
        {
            "id": "008404-2021-6",
            "relatedLots": [
                "3b"
            ],
            "title": "Archaeology Framework Lot 3b",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-13317",
                    "name": "Headland Archaeology"
                },
                {
                    "id": "GB-FTS-13320",
                    "name": "OCA JV"
                },
                {
                    "id": "GB-FTS-13296",
                    "name": "Aecom Ltd"
                },
                {
                    "id": "GB-FTS-13321",
                    "name": "Museum of London Archaeology"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-13314",
            "name": "Highways England",
            "identifier": {
                "legalName": "Highways England"
            },
            "address": {
                "streetAddress": "Woodlands, Manton Lane,",
                "locality": "Bedford",
                "region": "UK",
                "postalCode": "MK41 7LW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Annabel Dunn",
                "telephone": "+44 7850907451",
                "email": "annabel.dunn@highwaysengland.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.highwaysengland.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "NATIONAL_AGENCY",
                        "description": "National or federal agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-13315",
            "name": "Archaeological Management Solutions",
            "identifier": {
                "legalName": "Archaeological Management Solutions"
            },
            "address": {
                "locality": "Kilrush",
                "region": "IE",
                "countryName": "Ireland"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-13316",
            "name": "Archaeological Management Solutions",
            "identifier": {
                "legalName": "Archaeological Management Solutions"
            },
            "address": {
                "locality": "Kilrush",
                "region": "IE",
                "countryName": "Ireland"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-13317",
            "name": "Headland Archaeology",
            "identifier": {
                "legalName": "Headland Archaeology"
            },
            "address": {
                "locality": "Glasgow",
                "region": "UKM",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-13318",
            "name": "Connect Archaeology LLP",
            "identifier": {
                "legalName": "Connect Archaeology LLP"
            },
            "address": {
                "locality": "Musselburgh",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-13319",
            "name": "Infra JV",
            "identifier": {
                "legalName": "Infra JV"
            },
            "address": {
                "locality": "Middleton",
                "region": "IE",
                "countryName": "Ireland"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-13320",
            "name": "OCA JV",
            "identifier": {
                "legalName": "OCA JV"
            },
            "address": {
                "locality": "Oxford",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-13296",
            "name": "Aecom Ltd",
            "identifier": {
                "legalName": "Aecom Ltd"
            },
            "address": {
                "locality": "London",
                "region": "UKI",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-13321",
            "name": "Museum of London Archaeology",
            "identifier": {
                "legalName": "Museum of London Archaeology"
            },
            "address": {
                "locality": "London",
                "region": "UKI",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-13322",
            "name": "Highways England",
            "identifier": {
                "legalName": "Highways England"
            },
            "address": {
                "streetAddress": "Woodlands",
                "locality": "Bedford",
                "postalCode": "MK41 7LW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-13314",
        "name": "Highways England"
    },
    "contracts": [
        {
            "id": "008404-2021-1",
            "awardID": "008404-2021-1",
            "title": "Archaeology Framework Lot 1a",
            "status": "active",
            "value": {
                "amount": 19000000,
                "currency": "GBP"
            },
            "dateSigned": "2020-09-14T00:00:00+01:00"
        },
        {
            "id": "008404-2021-2",
            "awardID": "008404-2021-2",
            "title": "Archaeology Framework Lot 1b",
            "status": "active",
            "value": {
                "amount": 16000000,
                "currency": "GBP"
            },
            "dateSigned": "2020-09-14T00:00:00+01:00"
        },
        {
            "id": "008404-2021-3",
            "awardID": "008404-2021-3",
            "status": "active",
            "value": {
                "amount": 72000000,
                "currency": "GBP"
            },
            "dateSigned": "2020-09-14T00:00:00+01:00"
        },
        {
            "id": "008404-2021-4",
            "awardID": "008404-2021-4",
            "title": "Archaeology Framework Lot 2b",
            "status": "active",
            "value": {
                "amount": 19000000,
                "currency": "GBP"
            },
            "dateSigned": "2020-09-14T00:00:00+01:00"
        },
        {
            "id": "008404-2021-5",
            "awardID": "008404-2021-5",
            "title": "Archaeology Framework Lot 3a",
            "status": "active",
            "value": {
                "amount": 159000000,
                "currency": "GBP"
            },
            "dateSigned": "2020-09-14T00:00:00+01:00"
        },
        {
            "id": "008404-2021-6",
            "awardID": "008404-2021-6",
            "title": "Archaeology Framework Lot 3b",
            "status": "active",
            "value": {
                "amount": 7200000,
                "currency": "GBP"
            },
            "dateSigned": "2020-09-14T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1a",
                "value": 8
            },
            {
                "id": "2",
                "measure": "bids",
                "relatedLot": "1b",
                "value": 8
            },
            {
                "id": "3",
                "measure": "bids",
                "relatedLot": "2a",
                "value": 8
            },
            {
                "id": "4",
                "measure": "bids",
                "relatedLot": "2b",
                "value": 8
            },
            {
                "id": "5",
                "measure": "bids",
                "relatedLot": "3a",
                "value": 8
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "3b",
                "value": 8
            }
        ]
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:331367-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}