Award

Advanced Archaeological Works for A9 Dualling - Luncarty to Pass of Birnam.

TRANSPORT SCOTLAND

This public procurement record has 3 releases in its history.

Award

09 Feb 2018 at 00:00

TenderUpdate

15 Aug 2017 at 00:00

Tender

25 Jul 2017 at 00:00

Summary of the contracting process

Transport Scotland is currently engaged in a public procurement process for "Advanced Archaeological Works for A9 Dualling – Luncarty to Pass of Birnam." This initiative focuses on the transport industry and is positioned in Glasgow, United Kingdom. The procurement method adopted is selective, following a restricted procedure. The tender period concluded on 25 August 2017, with the contract intended to be effective for a duration of 26 months, having been officially signed on 18 January 2018. This contracting authority aims to assess and mitigate impacts on cultural heritage assets, with key responsibilities encompassing both non-invasive and invasive archaeological investigations.

This tender presents significant opportunities for archaeological contractors and related service providers, particularly those equipped with specialised expertise in cultural heritage management. Businesses that focus on environmental assessments, archaeological excavations, and have relevant certifications—such as registration with the Chartered Institute for Archaeologists—will find themselves well-suited to compete for this contract. Furthermore, the work involves collaboration and engagement with local communities and stakeholders, promising a broadened scope for firms experienced in managing archaeological projects within infrastructural developments.

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

Advanced Archaeological Works for A9 Dualling - Luncarty to Pass of Birnam.

Notice Description

The appointment of a suitably experienced economic operator (e.g. an archaeological contractor) to carry out advanced archaeological works for the A9 Dualling - Luncarty to Pass of Birnam scheme. The main objective to be delivered by the appointed economic operator will be to evaluate or mitigate the effect of the scheme on cultural heritage assets. This will include non-invasive and invasive archaeological investigations, mitigation excavations if required, and post-excavation assessment and reporting.

Lot Information

Lot 1

Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland has identified the requirement to appoint a suitably experienced economic operator to conduct advanced archaeological works for the A9 Dualling - Luncarty to Pass of Birnam scheme. It is intended that the contract will be in place for a period of 26 months. Transport Scotland managed the procurement process for the advanced archaeological works contract (the "Contract") on behalf of the Scottish Ministers. The contract has been entered into between the Scottish Ministers and the successful tenderer (the "Contractor"). The contract terms and conditions are based on ICC Infrastructure Conditions of Contract for Archaeological Investigation (2011). Each selected economic operator was invited to submit a Tender on the same contract terms. The economic operator was procured through a competitive tender procedure, in accordance with the restricted procedure as stated in the Public Contracts (Scotland) Regulations 2015. Due to the specialist archaeological expertise required for this project, it is to be performed by a single contractor and as such was not divided into lots. To be considered for this contract economic operators were required to complete the European Single Procurement Document (ESPD) in accordance with the Contract Notice. Economic operators were evaluated in accordance with the Public Contracts (Scotland) Regulations 2015, on the basis of information they provided within their ESPD. Requirement The requirement for advanced archaeological works is evaluated in the Environmental Statement (ES) for Scottish Trunk Road schemes. It was identified in the cultural heritage chapter and the Schedule of Environmental Commitments in the A9 Dualling - Luncarty to Pass of Birnam Environmental Statement (ES) that advanced archaeological works would be required for the scheme. These works are required to investigate, evaluate, and mitigate the effect of the scheme on cultural heritage assets and are to be carried out prior to construction of the main works. The services shall include, but shall not be limited to, non-invasive and invasive archaeological investigations, and post-excavation assessment, analysis, reporting and publication. The non-invasive archaeological investigations shall include; Historic Building Photographic Surveys, and Earthwork Surveys (including photographic earthwork survey). The invasive archaeological investigations shall include; trial trenching, post-fieldwork assessment, analysis, reporting, and mitigation works if required (likely to be set-piece excavation).. Economic operators were excluded from this competition if they were in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000504502
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB309707
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

45112450 - Excavation work at archaeological sites

71351914 - Archaeological services

Notice Value(s)

Tender Value
£470,000 £100K-£500K
Lots Value
£470,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Feb 20188 years ago
Submission Deadline
25 Aug 2017Expired
Future Notice Date
Not specified
Award Date
18 Jan 20188 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
TRANSPORT SCOTLAND
Contact Name
Niamh Callaghan, Paul Mellon
Contact Email
niamh.callaghan@transport.gov.scot, paul.mellon@transport.gov.scot
Contact Phone
+44 1412727463, +44 1412727583

Buyer Location

Locality
GLASGOW
Postcode
G4 0HF
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM77 Perth and Kinross, and Stirling

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North

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-r6ebe6-0000504502-2018-02-09T00:00:00Z",
    "date": "2018-02-09T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000504502",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-25",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "name": "Niamh Callaghan",
                "email": "Niamh.Callaghan@transport.gov.scot",
                "telephone": "+44 1412727583",
                "url": "http://www.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.transport.gov.scot"
            }
        },
        {
            "id": "org-7",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "name": "Niamh Callaghan",
                "email": "Niamh.Callaghan@transport.gov.scot",
                "telephone": "+44 1412727583",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.transport.gov.scot"
            }
        },
        {
            "id": "org-31",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "name": "Paul Mellon",
                "email": "paul.mellon@transport.gov.scot",
                "telephone": "+44 1412727463",
                "faxNumber": "+44 1412727272",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.transport.gov.scot"
            }
        }
    ],
    "buyer": {
        "name": "Transport Scotland",
        "id": "org-31"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000504502",
        "title": "Advanced Archaeological Works for A9 Dualling - Luncarty to Pass of Birnam.",
        "description": "The appointment of a suitably experienced economic operator (e.g. an archaeological contractor) to carry out advanced archaeological works for the A9 Dualling - Luncarty to Pass of Birnam scheme. The main objective to be delivered by the appointed economic operator will be to evaluate or mitigate the effect of the scheme on cultural heritage assets. This will include non-invasive and invasive archaeological investigations, mitigation excavations if required, and post-excavation assessment and reporting.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45112450",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 470000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "written"
        ],
        "tenderPeriod": {
            "endDate": "2017-08-25T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL290731",
                "documentType": "contractNotice",
                "title": "Advanced Archaeological Works for A9 Dualling - Luncarty to Pass of Birnam.",
                "description": "Transport Scotland has identified the need to appoint a suitably experienced economic operator (e.g. an archaeological contractor) to carry out advanced archaeological works for the A9 Dualling - Luncarty to Pass of Birnam scheme. The main objective to be delivered by the economic operator will be to evaluate or mitigate the effect of the scheme on cultural heritage assets. This will require non-invasive and invasive archaeological investigations, mitigation excavations if required, and post-excavation assessment and reporting.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL290731",
                "format": "text/html"
            },
            {
                "id": "JUL290731-2",
                "title": "ESPD for Advanced Archaeological Works for A9 Dualling - Luncarty to Pass of Birnam",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL290731&idx=2",
                "datePublished": "2017-07-27T16:54:09Z",
                "dateModified": "2017-07-28T12:56:28Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL290731-3",
                "title": "Economic and Financial Standing Evaluation Criteria Ratios and Scoring",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL290731&idx=3",
                "datePublished": "2017-07-28T12:49:29Z",
                "dateModified": "2017-07-28T12:49:29Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL290731-4",
                "title": "ESPD - Advanced Archaeological Works for A9 Dualling - Luncarty to Pass of Birnam -Added OJEU number",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL290731&idx=4",
                "datePublished": "2017-07-28T12:56:28Z",
                "dateModified": "2017-07-28T12:56:28Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "FEB309707",
                "documentType": "awardNotice",
                "title": "Advanced Archaeological Works for A9 Dualling - Luncarty to Pass of Birnam.",
                "description": "The appointment of a suitably experienced economic operator (e.g. an archaeological contractor) to carry out advanced archaeological works for the A9 Dualling - Luncarty to Pass of Birnam scheme. The main objective to be delivered by the appointed economic operator will be to evaluate or mitigate the effect of the scheme on cultural heritage assets. This will include non-invasive and invasive archaeological investigations, mitigation excavations if required, and post-excavation assessment and reporting.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB309707",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland has identified the requirement to appoint a suitably experienced economic operator to conduct advanced archaeological works for the A9 Dualling - Luncarty to Pass of Birnam scheme. It is intended that the contract will be in place for a period of 26 months. Transport Scotland managed the procurement process for the advanced archaeological works contract (the \"Contract\") on behalf of the Scottish Ministers. The contract has been entered into between the Scottish Ministers and the successful tenderer (the \"Contractor\"). The contract terms and conditions are based on ICC Infrastructure Conditions of Contract for Archaeological Investigation (2011). Each selected economic operator was invited to submit a Tender on the same contract terms. The economic operator was procured through a competitive tender procedure, in accordance with the restricted procedure as stated in the Public Contracts (Scotland) Regulations 2015. Due to the specialist archaeological expertise required for this project, it is to be performed by a single contractor and as such was not divided into lots. To be considered for this contract economic operators were required to complete the European Single Procurement Document (ESPD) in accordance with the Contract Notice. Economic operators were evaluated in accordance with the Public Contracts (Scotland) Regulations 2015, on the basis of information they provided within their ESPD. Requirement The requirement for advanced archaeological works is evaluated in the Environmental Statement (ES) for Scottish Trunk Road schemes. It was identified in the cultural heritage chapter and the Schedule of Environmental Commitments in the A9 Dualling - Luncarty to Pass of Birnam Environmental Statement (ES) that advanced archaeological works would be required for the scheme. These works are required to investigate, evaluate, and mitigate the effect of the scheme on cultural heritage assets and are to be carried out prior to construction of the main works. The services shall include, but shall not be limited to, non-invasive and invasive archaeological investigations, and post-excavation assessment, analysis, reporting and publication. The non-invasive archaeological investigations shall include; Historic Building Photographic Surveys, and Earthwork Surveys (including photographic earthwork survey). The invasive archaeological investigations shall include; trial trenching, post-fieldwork assessment, analysis, reporting, and mitigation works if required (likely to be set-piece excavation).. Economic operators were excluded from this competition if they were in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015",
                "status": "complete",
                "value": {
                    "amount": 470000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 780
                },
                "hasRenewal": false
            }
        ],
        "contractTerms": {
            "performanceTerms": "It is the Employer's policy to measure the performance of each Contractor on a regular basis. In the event that the Contractor's performance falls below a satisfactory level, the Contractor will be invited to determine a means of rectifying the situation. Repeated or continual service failures may result in suspension or termination of the contract."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2017-09-08T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Economic operators must be enrolled in the relevant professional or trade registers kept in the Member state of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015) (i.e. registered under Companies House). Economic operators should provide details under Question Ref. 4A.1. Economic operators must be registered with the Chartered Institute for Archaeologists (CIfA) or equivalent. Furthermore it is intended that, the successful tenderer shall fulfil the duties of a Principal Contractor under Construction (Design and Management) Regulations 2015. Economic operators shall be required to satisfy the Scottish Ministers as to their competence, resources and willingness to be appointed as Principal Contractor and fulfil those duties in accordance with CDM 2015 (refer to III.1.3). Economic operators are required to provide details under Question Ref. 4C.6. Additionally all site staff are to be accredited under the Construction Skills Construction Safety Scheme (CSCS) or equivalent."
                },
                {
                    "type": "economic",
                    "description": "Economic Operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, Economic Operators shall: (a) in response to ESPD, Question Ref. 4B.1.1 provide the specified annual turnover for the last two years of trading, or for the period which is available if trading for less than two years; (b) in response to ESPD, Question Ref. 4B.4 provide the name, value and/or range of NINE financial criteria for the last two years of trading, or for the period which is available if trading for less than two years; and (c) in response to ESPD, Question Ref. 4B.5 confirm they already have or can commit to obtain, prior to commencement of the contract the required levels of insurance. In addition to the information requested under (a) and (b), economic operators are required to provide a link / copies of the associated annual accounts as filed at Companies House (or equivalent if not a UK registered company) for the last two years of trading, or for the period which is available if less than two years. This information has been requested to enable Transport Scotland to perform their own assessment and confirm the financial ratios submitted. Ultimately, ensuring the correct score is allocated, and to ensure no misinterpretation. Where there exist differences in ratios, between those provided and those calculated by Transport Scotland, clarification will be sought.",
                    "minimum": "Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: Evaluation Criteria Ratios (Question Ref. 4B.4) The financial information received under ESPD, Question Ref. 4B.4 shall be evaluated and scored out of 50 by allocating a score against nine individual economic and financial standing evaluation criteria, namely: 1. Acid Test Ratio 2. Cash Interest Cover Ratio 3. Return on Capital Employed 4. Operating Profit Ratio 5. Net Worth 6. Gearing 7. Annual Contract Value to Turnover 8. Filed Accounts 9. Audit Report The individual scores shall be weighted , with the most recent (\"Year 1\") financial statements weighted at 67% and the previous (\"Year 2\") statements being weighted at 33%, to form an aggregated score for each of the nine criteria over the two years. The maximum cumulative score resulting from the summation of the nine economic and financial standing aggregated scores shall be 50 marks. A submission shall be marked as a FAIL and will not be considered further if the score achieved by a Single Economic Operator or a Group of Economic Operators is less than 50 percent of the available marks. The scoring mechanism can be downloaded via the Public Contracts Scotland portal www.publiccontractsscotland.gov.uk. Where the submission has been submitted by a Group of Economic Operators, the information submitted by each Group Member will be evaluated in the proportion of the percentage shareholdings or percentage equity/interest of each Group Member and a score determined for such Group of Economic Operators on that basis. Insurance (Question Ref. 4B.5) In response to Question Ref. 4B.5 Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Public Liability Insurance = 5000000 GBP Professional Indemnity Insurance = 5000000 GBP And, in response to Question Ref. 4B.5.2 economic operators must confirm they already have or can commit to obtain any other insurance, including Employers Liability, required by the Contract or by the appropriate legislation, with a sum insured / limit of indemnity to satisfy the Contract or legal requirements. In responding to Question Ref. 4B.5.1 and 4B.5.2 of the ESPD, where the bidder ticks the box \"No, and I cannot commit to obtain it\" they shall be marked as FAIL."
                },
                {
                    "type": "technical",
                    "description": "Under ESPD, Question Ref. 4C.1.2 economic operators shall be required to insert suitable responses to Statements (a) to (g) below, to demonstrate they meet required minimum standards of eligibility and technical and professional ability. Answers to these statements shall be answered by single economic operators and by groups of economic operators (group members should not respond individually). A \"group of economic operators\" is defined as an unincorporated consortium or joint venture. Responses to Statements (a) (b) and (c) shall be assessed on the basis of PASS or FAIL. Economic Operators who fail to satisfy these minimum standards (either they answer 'No' or fail to provide an acceptable answer) shall be excluded from the procurement competition. The responses to Statements (d) (e) (f) and (g) shall be assessed on the basis of a score with a minimum threshold, using the following scoring mechanism: - Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion (0 - 2 Unacceptable); - Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability (3 - 4 Weak); - Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature (5 - 6 Acceptable); - Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients (7 - 8 Good); - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients (9 -10 Excellent). An ESPD submission shall be marked as a FAIL and will not be considered further if the score achieved for any statement is less than or equal to 2. Where a response is greater than 2 it shall be weighted in order to calculate a score out of 100 for the 4 statements. Under ESPD, Question Ref. 4C.7 economic operators shall be required to insert suitable responses to Statements (h) (i) and (j) demonstrating that they have in place appropriate quality, environmental and health and safety management systems. Economic operators should specify their recognised accredited system or own non-accredited system, which shall be adopted if awarded the contract. Subsequently, under ESPD, Question Ref. 4D.1 economic operators are required to confirm their compliance and be able to provide the appropriate certification. The responses to Statements (h) (i) and (j) shall be assessed on the basis of PASS or FAIL. Single economic operators or groups of economic operators who have no management system in use will not be considered for this contract. Under ESPD, Question Ref. 4C.6.1 economic operators shall be required to insert suitable responses to Statement (k) demonstrating that their employees have the requisite experience, educational and professional qualifications to perform the contract. Under ESPD Ref. 4C.6 economic operators shall be required to insert a suitable response to Statement (l) and (m), demonstrating they have the requisite experience to perform the role of Principal Contractor under CDM 2015 and are prepared to accept such appointment under the contract and that they are registered with the Chartered Institute for Archaeologists (CIfA) or equivalent. The response to Statement (k)(l) and (m) shall be assessed on the basis of PASS or FAIL. Economic operators who fail to provide suitable experience or satisfy these minimum standards shall not be considered further in this competition.",
                    "minimum": "Statement (a) to (c): Within the last 5 years have you provided: (a) Invasive archaeological investigation and mitigation services, as principal archaeological contractor, for a road or other infrastructure project to the value of at least 175,000 GBP excluding VAT? (b) Non-invasive archaeological investigation services, as principal archaeological contractor, for a road or other infrastructure project to the value of at least 8,000 GBP excluding VAT? (c) Archaeological post-excavation services; including specialist analysis, reporting and publication, for a road or other infrastructure project to the value of at least 125,000 GBP? If you answer 'Yes' to statement (a) to (c), provide details. Statement (d) to (g): Provide evidence from projects performed in the last 5 years which detail experience of: (d) Working with key stakeholders (Weighting - 30%) For example your approach to working with utility companies, major commercial third parties, and national heritage institutions during archaeological works ensuring that the rights, interests and requirements of all parties are protected and delivered. The response should provide an indication of the approaches to consultation; and evidence of the development of mutual value. (e) Your approach to community engagement (Weighting - 20%) Your response should include how you managed and mitigated impacts from archaeological investigations on communities, how you addressed and managed community issues and complaints, and how you updated communities about activities taking place. (f) Environment (Weighting - 25%) your approach on minimising and mitigating the impact of significant archaeological works on sites with international designations, local community and the wider environment. The response should provide: details of specific mitigation measures adopted and how the effectiveness of these measures was assessed. (g) Traffic Management (Weighting - 25%) traffic management systems adopted for accessing and egressing investigation sites for archaeological works adjacent to busy roads. The response should be sufficiently detailed to demonstrate the economic operators experience of: operation of traffic management within a trunk or strategic road network; and ensuring safe working conditions. Statement (h) to (j): Provide details of your management systems: (h) Quality. This may be European Foundation Quality Model (EFQM) or equivalent; BS EN ISO 9001:2015 (Quality Management Systems); Other accredited management system; or Own non-accredited management system. (i) Environmental. This may be BS EN ISO 14001:2015 (Environmental Management Systems) ; Other accredited management system; or Own non-accredited management system. (j) Health and Safety. This may be BS OHSAS 18001:2007 (Occupational Health and Safety Management Systems) and associated standards ; Other accredited management system; or Own non-accredited management system. Statement(k) to (m) Professional requirements: (k) It is a requirement that staff employed under the contract shall have minimum levels of experience, education and professional qualifications, to enable them to successfully fulfil the required services (as described in II.2.4). To be considered for this procurement competition, a minimum of 2 key staff must be honours degree qualified in an archaeology or earth science subject from a relevant degree-awarding body; and a minimum of 2 staff must be Associates of the Chartered Institute of Archaeologists. The name, position and qualifications of required staff mentioned above, within the economic operators organisation, should be provided. (l) The intention is if awarded the contract, the Contractor shall be appointed as the Principal Contractor under CDM 2015. Provide evidence to demonstrate competence in this role and confirm that you are willing to accept this appointment. (m) The Contractor shall be registered with the Chartered Institute for Archaeologists (CIfA) or equivalent. Details should be provided."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "71351914",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.",
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "amd-8",
                "description": "Return date revised to accommodate actual publication date of Contract Notice.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2017-08-25T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2017-08-28T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2017-09-08T00:00:00Z"
                        },
                        "newValue": {
                            "date": "2017-09-15T00:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.3",
                            "label": "Estimated date of dispatch of invitations"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "Economic operators should be aware that all information submitted to the Scottish Ministers may need to be disclosed and / or published by the Scottish Ministers in compliance with the Freedom of Information (Scotland) Act 2002. (SC Ref:529706)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000504502"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000504502"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000504502"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "TS/MTRIPS/SER/2017/07",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "TS/MTRIPS/SER/2017/07",
            "awardID": "TS/MTRIPS/SER/2017/07",
            "status": "active",
            "dateSigned": "2018-01-18T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 143-294616"
        }
    ]
}