Homes and Communities Agency has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Northstowe Phase 2 – Archaeology Mitigation (Excavation) |
Notice type: | Contract Notice |
Authority: | Homes and Communities Agency |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | The Homes and Communities Agency (HCA) is procuring archaeological investigation and archaeological mitigation works (identify and record/recover) at our Northstowe site; which is a proposed new town development located 10km northwest of Cambridge, UK. The underlying geology is comprised of 3rd and 4th terrace river gravels above Kimmeridge and Ampthill clay formations. The site has been subject to geophysical survey and trial trench evaluation; which has identified numerous sites of archaeological interest. These are predominantly of Iron Age and Roman date, although there is also evidence for Bronze Age activity. Late Saxon and Medieval archaeology has also been identified, but these known sites will not be impacted by the development. Recent adjacent fieldwork has also identified evidence for extensive Saxon settlement and burials. |
Published: | 23/05/2016 15:29 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
The Homes and Communities Agency
Eastbrook, Shaftesbury Road, Cambridge, CB2 8BF, United Kingdom
Tel. +44 3001234500, Email: NorthstoweProcurement@hca.gsi.gov.uk
Contact: Philip Harker
Main Address: https://www.gov.uk/government/organisations/homes-and-communities-agency
NUTS Code: UKH12
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://upload.hca-online.org.uk/tenders/HCAE17017/HCAE17017.zip
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Northstowe Phase 2 – Archaeology Mitigation (Excavation)
Reference Number: HCAP17017
II.1.2) Main CPV Code:
45112450 - Excavation work at archaeological sites.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Homes and Communities Agency (HCA) is procuring archaeological investigation and archaeological mitigation works (identify and record/recover) at our Northstowe site; which is a proposed new town development located 10km northwest of Cambridge, UK. The underlying geology is comprised of 3rd and 4th terrace river gravels above Kimmeridge and Ampthill clay formations. The site has been subject to geophysical survey and trial trench evaluation; which has identified numerous sites of archaeological interest. These are predominantly of Iron Age and Roman date, although there is also evidence for Bronze Age activity. Late Saxon and Medieval archaeology has also been identified, but these known sites will not be impacted by the development. Recent adjacent fieldwork has also identified evidence for extensive Saxon settlement and burials.
II.1.5) Estimated total value:
Value excluding VAT: 4,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
45112450 - Excavation work at archaeological sites.
II.2.3) Place of performance:
UKH12 Cambridgeshire CC
II.2.4) Description of procurement: A full brief for the works has been prepared by Cambridgeshire Historic Environment Team (CHET); the principal elements are: • Open Area excavation of identified sites; • Strip/map/record area of waterpark; • Strip/map/record new access and haulage roads; • Transect investigation of areas where remains not identified in evaluation or geophysical survey; • Post-excavation assessment and analysis leading to the production of an archive report and publication of the excavation results. The Contractor shall prepare a Written Scheme of Investigation (WSI) for the whole of the works which shall include, but not be limited to: • the Contractor’s method for surveying and establishing the site grid; • the Contractor’s retention and disposal policies for samples and artefacts recovered during the Works; • the Contractor’s method for excavating and recording inhumations and cremations; • the Contractor's method for palaeo-environmental site sampling and processing procedures (to include recovery of samples for chronometric dating); • the Contractor’s procedures for liaison with the Principal Contractor on appointment; • the Contractors Methods and Procedures for quality control and assurance; • the Contractors methods for ensuring the quality of work undertaken by subcontractors, and • the Contractor’s methods for undertaking post excavation, assessment, analysis and reporting. The WSI shall be issued in draft as part of the Contractor’s response to the Invitation to Tender. A revised draft shall be issued within 5 working days of contract award. The WSI shall clearly identify all Standards and Guidance that the Contractor intends to comply with in the delivery of the Works. The finalised WSI will be issued to CHET by the Client for agreement.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Approach to fieldwork (complex sites) / Weighting: 15
Quality criterion - Name: Approach to fieldwork (publication) / Weighting: 15
Quality criterion - Name: CDM Regulations / Weighting: 5
Quality criterion - Name: Risk Management / Weighting: 5
Cost criterion - Name: Price / Weighting: 60
II.2.6) Estimated value:
Value excluding VAT: 4,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/08/2016 / End: 31/08/2017
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: The Contract will be subject to English law. Tenders and all supporting documents must be priced in GBP and all payments under the contract will be made in GBP.
This procurement and award is subject to the transparency arrangements being adopted by the UK government. These arrangements include the publication of tender documentation issued by the HCA and the Contract between the HCA and developer. Bidders should highlight any areas they consider commercially sensitive in order for the HCA to be able to honour our transparency obligations without undermining the bidders commercial interests.
Candidates are advised that the HCA is subject to the Freedom of Information Act 2000 (‘The Act’). If a candidate considers that any of the information supplied as part of this procurement procedure should notbe disclosed because of its commercial sensitivity, confidential or otherwise, they must when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. The HCA shall take such statements into consideration in the event that it receives a request pursuant to the Act which relates to the information provided by the interested party. Please note, it is insufficient to include a statement of confidentiality encompassing all the information provided in the response.
The HCA takes a zero-tolerance approach to bribery and corruption and sets high standards of impartiality, integrity and objectivity in relation to the stewardship of public funds and the management of its activities. The principles contained within this policy apply to both internal and external audiences including anyone wishing to undertake business or engage with the HCA. Please refer to our anti-bribery and corruption policy by visiting https://www.gov.uk/government/publications/anti-bribery-and-corruption-policy for further information.
All dates included in this notice are provisional and potentially subject to revision
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Details of professional activity conditions are included in the Invitation to Tender document.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Details of economic and financial standing conditions are included in the Invitation to Tender document.
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Details of technical and professional ability conditions are included in the Invitation to Tender document.
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Details of contract performance conditions are included in the Invitation to Tender document.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 29/06/2016 Time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 29/06/2016
Time: 14:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=203497421
VI.4) Procedures for review
VI.4.1) Review body:
Royal Court of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
Internet address: http://www.hmcourts-service.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulation 86 of the Public Contracts Regulations 2015, the HCA will incorporate a minimum 10 calendar day standstill period starting from the day when contract award was notified to the bidders. Unsuccessful bidders will be provided with an Award Decision Notice. Tenderers have a right to appeal provided for within the Public Contracts Regulations 2015. Any such proceedings must be brought in the High Court of England and Wales.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 23/05/2016
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
The Homes and Communities Agency
Eastbrook, Shaftesbury Road, Cambridge, CB2 8BF, United Kingdom
Tel. +44 3001234500, Email: NorthstoweProcurement@hca.gsi.gov.uk
Contact: Philip Harker
Main Address: https://www.gov.uk/government/organisations/homes-and-communities-agency
NUTS Code: UKH12
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
National or federal agency/office
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Northstowe Phase 2 – Archaeology Mitigation (Excavation)
Reference number: HCAP17017
II.1.2) Main CPV code:
45112450 - Excavation work at archaeological sites.
II.1.3) Type of contract: WORKS
II.1.4) Short description: The Homes and Communities Agency (HCA) has procured archaeological investigation and archaeological mitigation works (identify and record/recover) at our Northstowe site; which is a proposed new town development located 10km northwest of Cambridge, UK. The underlying geology is comprised of 3rd and 4th terrace river gravels above Kimmeridge and Ampthill clay formations. The site has been subject to geophysical survey and trial trench evaluation; which has identified numerous sites of archaeological interest. These are predominantly of Iron Age and Roman date, although there is also evidence for Bronze Age activity. Late Saxon and Medieval archaeology has also been identified, but these known sites will not be impacted by the development. Recent adjacent fieldwork has also identified evidence for extensive Saxon settlement and burials.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 4,500,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
45112450 - Excavation work at archaeological sites.
II.2.3) Place of performance
Nuts code:
UKH12 - Cambridgeshire CC
Main site or place of performance:
Cambridgeshire CC
II.2.4) Description of the procurement: A full brief for the works has been prepared by Cambridgeshire Historic Environment Team (CHET); the principal elements were outlined in the Contract Notice.
II.2.5) Award criteria:
Quality criterion - Name: Approach to fieldwork (complex sites) / Weighting: 15
Quality criterion - Name: Approach to fieldwork (publication) / Weighting: 15
Quality criterion - Name: CDM Regulations / Weighting: 5
Quality criterion - Name: Risk Management / Weighting: 5
Cost criterion - Name: Price / Weighting: 60
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: The Contract will be subject to English law. This procurement and award is subject to the transparency arrangements being adopted by the UK government. These arrangements include the publication of tender documentation issued by the HCA and the Contract between the HCA and developer. Candidates are advised that the HCA is subject to the Freedom of Information Act 2000 (‘The Act’).
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2016/S 100-178081
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 27/07/2016
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Cambridge Archaeological Unit, University of Cambridge
34A Storeys Way, Cambridge, CB3 0DT, United Kingdom
Tel. +44 1223327802, Email: ad10000@cam.ac.uk
NUTS Code: UKH12
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: 4,500,000
Total value of the contract/lot: 4,497,158
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=213443637
VI.4) Procedures for review
VI.4.1) Review body
Royal Court of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
Internet address: http://www.hmcourts-service.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: In accordance with Regulation 86 of the Public Contracts Regulations 2015, the HCA will incorporate a minimum 10 calendar day standstill period starting from the day when contract award was notified to the bidders. Unsuccessful bidders will be provided with an Award Decision Notice. Tenderers have a right to appeal provided for within the Public Contracts Regulations 2015. Any such proceedings must be brought in the High Court of England and Wales.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 08/08/2016