Notice Information
Notice Title
Framework for Archaeology Services at Transport Scotland
Notice Description
Transport Scotland intends to undertake a public procurement competition for the provision of Archaeology Services, which are required on Transport Scotland projects. The services comprise of Invasive Archaeology Services, Non-Invasive Archaeology Services, and Advisory Services. Over the forthcoming years, there a number of projects which shall require such archaeological services. These include, but are not limited to: - A9 Dualling Programme; and - A96 Dualling Programme Due to the repeat need for these services, coupled with the exact requirement and timings being unknown, it is considered that these services would be best met through the use of a framework agreement. Furthermore, due to the nature and quantum of the services it is intended that the services will be divided into 3 lots: - Lot 1 - Advisory Services; - Lot 2 - Low Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values <100k GBP) - Lot 3 - High Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values >100k GBP) Following an analysis of future spend, the current estimated spend values per lot is as follows: - Lot 1, 5M GBP - Lot 2, 0.25M GBP - Lot 3, 21M GBP Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland will conduct the proposed procurement process on behalf of the Scottish Ministers.
Lot Information
Lot 1 - Technical Advisory Services
Archaeological professional/technical advisory services, of which may comprise: i) Advising Transport Scotland on legislation, good industry practice and the processes and procedures which are required to be adhered to when conducting non-invasive and invasive investigations, and post excavation services; ii) Development and drafting of procurement and/or contract documents; iii) Advising Transport Scotland on appropriate form and conditions of contracts to be adopted, understanding the pitfalls of different types of contracts; and iv) Support Transport Scotland in the management of archaeological contracts, addressing both technical and commercial issues. The supplier will be procured through the restricted procedure, a procedure under the Public Contracts (Scotland) Regulations 2015. This is a two-stage procedure, comprising a prequalification stage and a tender stage. This Contract Notice and ESPD sets out the prequalification stage and Section II.2.9 of this Contract Notice describes the criteria for prequalifying the limited number of candidates to be taken forward to tender stage. In order to be considered for this procurement competition, economic operators must complete and submit an ESPD, which can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). It is anticipated that a total of 5 economic operators will be invited to tender stage for Lot 1 and that the 3 most economically advantageous tenderers will be awarded onto the framework agreement.
Lot 3 - Low Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values >100k GBP)The services for Lot 3 are likely to include the following: Non-Invasive and Invasive Investigations Archaeological investigation, of which may comprise: i) Management of and co-ordination with, any other specialist sub-contractors appointed by the Supplier, as required; ii) Preparation of Health and Safety risk assessments and reports for all Services to be carried out on each site of interest; iii) Liaison and compliance with the directions of Transport Scotland, the relevant engineering consultant(s) and the relevant local authority archaeologist and, if required, with Historic Environment Scotland; iv) Preparation and submission of progress reports (frequency to be agreed with the project management team and Supplier) v) Undertaking topographical/ earthwork survey(s); geophysical survey(s); building survey(s); field walking survey(s); and/or metal detector survey(s) at each relevant site; vi) Trial trenching by machine (or by hand where specified) and subsequent evaluation and hand excavation; vii) Undertaking strip, map and sample at each relevant site; viii) Undertaking archaeological excavation(s) at each relevant site; ix) Undertaking palaeo-environmental assessment and/or analysis at each relevant site; and x) Seeking all necessary permissions prior to any work being undertaken. Post Excavation Services Post excavation services, of which may comprise: i) Undertaking of post-excavation assessment, analysis and reporting on the results of an archaeological investigation; ii) Publication at a level of detail appropriate to the significance of the results is required as well as ensuring submission of a summary of the works undertaken to the relevant and appropriate publications; iii) Dissemination of the results through deposition of an ordered archive at the relevant public bodies and the deposition of a detailed report at Transport Scotland and local authorities offices; and iv) Liaison and compliance with the directions of Transport Scotland, their technical advisor and all relevant public authorities. It is envisaged that the services shall be provided at the Supplier's construction sites with attendance required on an ad-hoc basis at Transport Scotland's offices. However, on occasion, the Supplier may be required to undertake the following duties: i. attend the offices, other construction sites or other locations within Scotland as and when required; ii. attend meetings at Transport Scotland's main office in Buchanan House, Glasgow or construction site offices as and when may be required; iii. liaison with other Transport Scotland advisers/ consultants/ contractors at their specific offices/sites. The Supplier was procured through the restricted procedure, a procedure under the Public Contracts (Scotland) Regulations 2015. This is a two-stage procedure, comprising a prequalification stage and a tender stage. This Contract Notice and ESPD sets out the prequalification stage and Section II.2.9 of this Contract Notice describes the criteria for choosing the limited number of candidates that were taken forward to tender stage. In order to be considered for this procurement competition, economic operators had to complete and submit an ESPD via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). A total of 6 economic operators were invited to tender stage for Lot 3, and the 3 most economically advantageous tenderers were awarded onto the framework agreement.. The Framework Agreement is based on the Institute of Civil Engineers Conditions of Contract for Archaeological Investigation (2011). Each economic operator was invited to submit a Tender on the same contract terms.
Lot 2 - Low Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values <100k GBP)The services for Lot 2 are likely to include the following: Non-Invasive and Invasive Investigations Archaeological investigation, of which may comprise: i) Management of and co-ordination with, any other specialist sub-contractors appointed by the Supplier, as required; ii) Preparation of Health and Safety risk assessments and reports for all Services to be carried out on each site of interest; iii) Liaison and compliance with the directions of Transport Scotland, the relevant engineering consultant(s) and the relevant local authority archaeologist and, if required, with Historic Environment Scotland; iv) Preparation and submission of progress reports (frequency to be agreed with the project management team and Supplier) v) Undertaking topographical/ earthwork survey(s); geophysical survey(s); building survey(s); field walking survey(s); and/or metal detector survey(s) at each relevant site; vi) Trial trenching by machine (or by hand where specified) and subsequent evaluation and hand excavation; vii) Undertaking strip, map and sample at each relevant site; viii) Undertaking archaeological excavation(s) at each relevant site; ix) Undertaking palaeo-environmental assessment and/or analysis at each relevant site; and x) Seeking all necessary permissions prior to any work being undertaken. Post Excavation Services Post excavation services, of which may comprise: i) Undertaking of post-excavation assessment, analysis and reporting on the results of an archaeological investigation; ii) Publication at a level of detail appropriate to the significance of the results is required as well as ensuring submission of a summary of the works undertaken to the relevant and appropriate publications; iii) Dissemination of the results through deposition of an ordered archive at the relevant public bodies and the deposition of a detailed report at Transport Scotland and local authorities offices; and iv) Liaison and compliance with the directions of Transport Scotland, their technical advisor and all relevant public authorities. It is envisaged that the services shall be provided at the Supplier's construction sites with attendance required on an ad-hoc basis at Transport Scotland's offices. However, on occasion, the Supplier may be required to undertake the following duties: i. attend the offices, other construction sites or other locations within Scotland as and when required; ii. attend meetings at Transport Scotland's main office in Buchanan House, Glasgow or construction site offices as and when may be required; iii. liaison with other Transport Scotland advisers/ consultants/ contractors at their specific offices/sites. The Supplier will be procured through the restricted procedure, a procedure under the Public Contracts (Scotland) Regulations 2015. This is a two-stage procedure, comprising a prequalification stage and a tender stage. This Contract Notice and ESPD sets out the prequalification stage and Section II.2.9 of this Contract Notice describes the criteria for choosing the limited number of candidates to be taken forward to tender stage. In order to be considered for this procurement competition, economic operators must complete and submit an ESPD, which can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). It is anticipated that a total of 3 economic operators will be invited to tender stage for Lot 2.. The Framework Agreement will be based on the Institute of Civil Engineers Conditions of Contract for Archaeological Investigation (2011). Each economic operator shall be invited to submit a Tender on the same contract terms.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000621724
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV493245
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
45112450 - Excavation work at archaeological sites
71330000 - Miscellaneous engineering services
71351914 - Archaeological services
71530000 - Construction consultancy services
71600000 - Technical testing, analysis and consultancy services
Notice Value(s)
- Tender Value
- £26,250,000 £10M-£100M
- Lots Value
- £26,250,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £26,000,000 £10M-£100M
Notice Dates
- Publication Date
- 22 Nov 20232 years ago
- Submission Deadline
- 14 Aug 2020Expired
- Future Notice Date
- 22 Jun 2020Expired
- Award Date
- 19 Nov 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Active, Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT SCOTLAND
- Contact Name
- Debra MacLeod, Rebecca Long
- Contact Email
- debra.macleod@transport.gov.scot, rebecca.long@transport.gov.scot
- Contact Phone
- +44 1412727100, +44 1412727960
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
- TLM Scotland
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North East
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL390464&idx=3
17th July 2020 - A note of the NINE financial ratios used, how the ratios are calculated and how the score is derived -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL390464&idx=1
17th July 2020 - Supplier Information Day PowerPoint -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL390464&idx=2
17th July 2020 - Questions and Answers from Supplier Information Day -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY386966&idx=2
17th June 2020 - Questions raised and answers provided during the Supplier Information WebEx, held on 09 June 2020 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY386966&idx=1
12th June 2020 - a copy of the slides used during the supplier day webex on 09 June 2020 -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386966
Framework for Archaeology Services at Transport Scotland - Transport Scotland intends to undertake a public procurement competition for the provision of Archaeology Services, which are required on Transport Scotland projects. The services comprise of Invasive Archaeology Services, Non-Invasive Archaeology Services, and Advisory Services. Over the forthcoming years, there a number of projects which shall require such archaeological services. These include, but are not limited to: - A9 Dualling Programme; and - A96 Dualling Programme Due to the repeat need for these services, coupled with the exact requirement and timings being unknown, it is considered that these services would be best met through the use of a framework agreement. Furthermore, due to the nature and quantum of the services it is intended that the services will be divided into 3 lots: - Lot 1 - Advisory Services; - Lot 2 - Low Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values <100k GBP) - Lot 3 - High Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values >100k GBP) Following an analysis of future spend, the current estimated spend values per lot is as follows: - Lot 1, 5M GBP - Lot 2, 0.5M GBP - Lot 3, 21M GBP Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland will conduct the proposed procurement process on behalf of the Scottish Ministers. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL390464
Framework for Archaeology Services at Transport Scotland - Transport Scotland intends to undertake a public procurement competition for the provision of Archaeology Services, which are required on Transport Scotland projects. The services comprise of Invasive Archaeology Services, Non-Invasive Archaeology Services, and Advisory Services. Over the forthcoming years, there a number of projects which shall require such archaeological services. These include, but are not limited to: - A9 Dualling Programme; and - A96 Dualling Programme Due to the repeat need for these services, coupled with the exact requirement and timings being unknown, it is considered that these services would be best met through the use of a framework agreement. Furthermore, due to the nature and quantum of the services it is intended that the services will be divided into 3 lots: - Lot 1 - Advisory Services; - Lot 2 - Low Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values <100k GBP) - Lot 3 - High Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values >100k GBP) Following an analysis of future spend, the current estimated spend values per lot is as follows: - Lot 1, 5M GBP - Lot 2, 0.25M GBP - Lot 3, 21M GBP Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland will conduct the proposed procurement process on behalf of the Scottish Ministers. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR474047
Framework for Archaeology Services at Transport Scotland - Transport Scotland intends to undertake a public procurement competition for the provision of Archaeology Services, which are required on Transport Scotland projects. The services comprise of Invasive Archaeology Services, Non-Invasive Archaeology Services, and Advisory Services. Over the forthcoming years, there a number of projects which shall require such archaeological services. These include, but are not limited to: - A9 Dualling Programme; and - A96 Dualling Programme Due to the repeat need for these services, coupled with the exact requirement and timings being unknown, it is considered that these services would be best met through the use of a framework agreement. Furthermore, due to the nature and quantum of the services it is intended that the services will be divided into 3 lots: - Lot 1 - Advisory Services; - Lot 2 - Low Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values <100k GBP) - Lot 3 - High Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values >100k GBP) Following an analysis of future spend, the current estimated spend values per lot is as follows: - Lot 1, 5M GBP - Lot 2, 0.25M GBP - Lot 3, 21M GBP Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland will conduct the proposed procurement process on behalf of the Scottish Ministers. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV493245
Framework for Archaeology Services at Transport Scotland - Transport Scotland intends to undertake a public procurement competition for the provision of Archaeology Services, which are required on Transport Scotland projects. The services comprise of Invasive Archaeology Services, Non-Invasive Archaeology Services, and Advisory Services. Over the forthcoming years, there a number of projects which shall require such archaeological services. These include, but are not limited to: - A9 Dualling Programme; and - A96 Dualling Programme Due to the repeat need for these services, coupled with the exact requirement and timings being unknown, it is considered that these services would be best met through the use of a framework agreement. Furthermore, due to the nature and quantum of the services it is intended that the services will be divided into 3 lots: - Lot 1 - Advisory Services; - Lot 2 - Low Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values <100k GBP) - Lot 3 - High Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values >100k GBP) Following an analysis of future spend, the current estimated spend values per lot is as follows: - Lot 1, 5M GBP - Lot 2, 0.25M GBP - Lot 3, 21M GBP Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland will conduct the proposed procurement process on behalf of the Scottish Ministers.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000621724-2023-11-22T00:00:00Z",
"date": "2023-11-22T00:00:00Z",
"ocid": "ocds-r6ebe6-0000621724",
"initiationType": "tender",
"parties": [
{
"id": "org-5",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0HF"
},
"contactPoint": {
"name": "Debra MacLeod",
"email": "debra.macleod@transport.gov.scot",
"telephone": "+44 1412727960",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "National or federal agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "Transport",
"scheme": "COFOG"
}
],
"url": "http://www.transport.gov.scot"
}
},
{
"id": "org-42",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0HF"
},
"contactPoint": {
"name": "Debra MacLeod",
"email": "debra.macleod@transport.gov.scot",
"telephone": "+44 1412727960",
"url": "https://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "National or federal agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "Transport",
"scheme": "COFOG"
},
{
"id": "Ministry or any other national or federal authority, including their regional or local subdivisions",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.transport.gov.scot"
}
},
{
"id": "org-43",
"name": "Sheriff Clerk's Office",
"identifier": {
"legalName": "Sheriff Clerk's Office"
},
"address": {
"streetAddress": "PO Box 23, 1 Carlton, Place,",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk",
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-19",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0HF"
},
"contactPoint": {
"name": "Debra MacLeod",
"email": "debra.macleod@transport.gov.scot",
"telephone": "+44 1412727960",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.transport.gov.scot"
}
},
{
"id": "org-10",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0HF"
},
"contactPoint": {
"name": "Debra MacLeod",
"email": "debra.macleod@transport.gov.scot",
"telephone": "+44 1412727960",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.transport.gov.scot"
}
},
{
"id": "org-242",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0HF"
},
"contactPoint": {
"name": "Rebecca Long",
"email": "Rebecca.Long@transport.gov.scot",
"telephone": "+44 1412727960",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "National or federal agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "Transport",
"scheme": "COFOG"
}
],
"url": "http://www.transport.gov.scot"
}
},
{
"id": "org-243",
"name": "Mott MacDonald",
"identifier": {
"legalName": "Mott MacDonald"
},
"address": {
"streetAddress": "20 Station Road",
"locality": "CAMBRIDGE",
"region": "UKH12",
"postalCode": "CB1 2JD"
},
"contactPoint": {
"telephone": "+44 1223463739"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-244",
"name": "Jacobs UK Ltd",
"identifier": {
"legalName": "Jacobs UK Ltd"
},
"address": {
"streetAddress": "Jacobs UK Ltd , 160 Dundee Street",
"locality": "Edinburgh",
"region": "UK",
"postalCode": "EH11 1DQ"
},
"contactPoint": {
"telephone": "+44 7932426447"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-245",
"name": "Archaeological Management Solutions",
"identifier": {
"legalName": "Archaeological Management Solutions"
},
"address": {
"streetAddress": "York Hub, Popeshead Court Offices, Peter Lane",
"locality": "York",
"region": "UKM77",
"postalCode": "YO1 8SU"
},
"contactPoint": {
"telephone": "+44 7979890714"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-246",
"name": "Sheriff Clerk's Office",
"identifier": {
"legalName": "Sheriff Clerk's Office"
},
"address": {
"streetAddress": "PO Box 23, 1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk",
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-110",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "George House, 2nd Floor, 36, North Hanover Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 2AD"
},
"contactPoint": {
"name": "Rebecca Long",
"email": "rebecca.long@transport.gov.scot",
"telephone": "+44 1412727100",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "National or federal agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "Transport",
"scheme": "COFOG"
}
],
"url": "http://www.transport.gov.scot"
}
},
{
"id": "org-111",
"name": "GUARD Archaeology Ltd",
"identifier": {
"legalName": "GUARD Archaeology Ltd"
},
"address": {
"streetAddress": "EH20 Business Centre, 6 Dryden Road",
"locality": "Loanhead",
"region": "UKM73",
"postalCode": "EH20 9LZ"
},
"contactPoint": {
"telephone": "+44 1314481050"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-112",
"name": "Rubicon Heritage Services",
"identifier": {
"legalName": "Rubicon Heritage Services"
},
"address": {
"streetAddress": "Unit 2, Europa Enterprise Park, Midleton, Cork, Republic of Ireland",
"locality": "Cork",
"region": "IE",
"postalCode": "P25 TV25"
},
"contactPoint": {
"telephone": "+44 7725208617"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-113",
"name": "Headland Archaeology Ltd",
"identifier": {
"legalName": "Headland Archaeology Ltd"
},
"address": {
"streetAddress": "13 Jane Street",
"locality": "Edinburgh",
"region": "UK",
"postalCode": "EH6 5HE"
},
"contactPoint": {
"telephone": "+44 1314677705"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-114",
"name": "Sheriff Clerk's Office",
"identifier": {
"legalName": "Sheriff Clerk's Office"
},
"address": {
"streetAddress": "PO Box 23, 1 Carlton, Place,",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Transport Scotland",
"id": "org-110"
},
"planning": {
"documents": [
{
"id": "MAY386966",
"documentType": "plannedProcurementNotice",
"title": "Framework for Archaeology Services at Transport Scotland",
"description": "Transport Scotland intends to undertake a public procurement competition for the provision of Archaeology Services, which are required on Transport Scotland projects. The services comprise of Invasive Archaeology Services, Non-Invasive Archaeology Services, and Advisory Services. Over the forthcoming years, there a number of projects which shall require such archaeological services. These include, but are not limited to: - A9 Dualling Programme; and - A96 Dualling Programme Due to the repeat need for these services, coupled with the exact requirement and timings being unknown, it is considered that these services would be best met through the use of a framework agreement. Furthermore, due to the nature and quantum of the services it is intended that the services will be divided into 3 lots: - Lot 1 - Advisory Services; - Lot 2 - Low Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values <100k GBP) - Lot 3 - High Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values >100k GBP) Following an analysis of future spend, the current estimated spend values per lot is as follows: - Lot 1, 5M GBP - Lot 2, 0.5M GBP - Lot 3, 21M GBP Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland will conduct the proposed procurement process on behalf of the Scottish Ministers.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386966",
"format": "text/html"
}
]
},
"tender": {
"id": "TS/MP/SER/2020/12",
"title": "Framework for Archaeology Services at Transport Scotland",
"description": "Transport Scotland intends to undertake a public procurement competition for the provision of Archaeology Services, which are required on Transport Scotland projects. The services comprise of Invasive Archaeology Services, Non-Invasive Archaeology Services, and Advisory Services. Over the forthcoming years, there a number of projects which shall require such archaeological services. These include, but are not limited to: - A9 Dualling Programme; and - A96 Dualling Programme Due to the repeat need for these services, coupled with the exact requirement and timings being unknown, it is considered that these services would be best met through the use of a framework agreement. Furthermore, due to the nature and quantum of the services it is intended that the services will be divided into 3 lots: - Lot 1 - Advisory Services; - Lot 2 - Low Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values <100k GBP) - Lot 3 - High Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values >100k GBP) Following an analysis of future spend, the current estimated spend values per lot is as follows: - Lot 1, 5M GBP - Lot 2, 0.25M GBP - Lot 3, 21M GBP Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland will conduct the proposed procurement process on behalf of the Scottish Ministers.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71351914",
"scheme": "CPV"
},
{
"id": "71530000",
"scheme": "CPV"
},
{
"id": "71330000",
"scheme": "CPV"
},
{
"id": "71600000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Scotland"
},
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "71351914",
"scheme": "CPV"
},
{
"id": "71330000",
"scheme": "CPV"
},
{
"id": "71600000",
"scheme": "CPV"
},
{
"id": "45112450",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Scotland"
},
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "3"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "71351914",
"scheme": "CPV"
},
{
"id": "71330000",
"scheme": "CPV"
},
{
"id": "71600000",
"scheme": "CPV"
},
{
"id": "45112450",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Scotland"
},
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "2"
}
],
"value": {
"amount": 26250000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "MAY386966-1",
"title": "a copy of the slides used during the supplier day webex on 09 June 2020",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY386966&idx=1",
"datePublished": "2020-06-12T16:56:29Z",
"dateModified": "2020-06-12T16:56:29Z",
"format": "application/vnd.openxmlformats-officedocument.presentationml.presentation"
},
{
"id": "MAY386966-2",
"title": "Questions raised and answers provided during the Supplier Information WebEx, held on 09 June 2020",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAY386966&idx=2",
"datePublished": "2020-06-17T11:56:18Z",
"dateModified": "2020-06-17T11:56:18Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUL390464",
"documentType": "contractNotice",
"title": "Framework for Archaeology Services at Transport Scotland",
"description": "Transport Scotland intends to undertake a public procurement competition for the provision of Archaeology Services, which are required on Transport Scotland projects. The services comprise of Invasive Archaeology Services, Non-Invasive Archaeology Services, and Advisory Services. Over the forthcoming years, there a number of projects which shall require such archaeological services. These include, but are not limited to: - A9 Dualling Programme; and - A96 Dualling Programme Due to the repeat need for these services, coupled with the exact requirement and timings being unknown, it is considered that these services would be best met through the use of a framework agreement. Furthermore, due to the nature and quantum of the services it is intended that the services will be divided into 3 lots: - Lot 1 - Advisory Services; - Lot 2 - Low Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values <100k GBP) - Lot 3 - High Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values >100k GBP) Following an analysis of future spend, the current estimated spend values per lot is as follows: - Lot 1, 5M GBP - Lot 2, 0.25M GBP - Lot 3, 21M GBP Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland will conduct the proposed procurement process on behalf of the Scottish Ministers.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL390464",
"format": "text/html"
},
{
"id": "JUL390464-1",
"title": "Supplier Information Day PowerPoint",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL390464&idx=1",
"datePublished": "2020-07-17T10:42:38Z",
"dateModified": "2020-07-17T10:42:38Z",
"format": "application/vnd.openxmlformats-officedocument.presentationml.presentation"
},
{
"id": "JUL390464-2",
"title": "Questions and Answers from Supplier Information Day",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL390464&idx=2",
"datePublished": "2020-07-17T10:42:38Z",
"dateModified": "2020-07-17T10:42:38Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUL390464-3",
"title": "A note of the NINE financial ratios used, how the ratios are calculated and how the score is derived",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL390464&idx=3",
"datePublished": "2020-07-17T11:11:55Z",
"dateModified": "2020-07-17T11:11:55Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "MAR474047",
"documentType": "awardNotice",
"title": "Framework for Archaeology Services at Transport Scotland",
"description": "Transport Scotland intends to undertake a public procurement competition for the provision of Archaeology Services, which are required on Transport Scotland projects. The services comprise of Invasive Archaeology Services, Non-Invasive Archaeology Services, and Advisory Services. Over the forthcoming years, there a number of projects which shall require such archaeological services. These include, but are not limited to: - A9 Dualling Programme; and - A96 Dualling Programme Due to the repeat need for these services, coupled with the exact requirement and timings being unknown, it is considered that these services would be best met through the use of a framework agreement. Furthermore, due to the nature and quantum of the services it is intended that the services will be divided into 3 lots: - Lot 1 - Advisory Services; - Lot 2 - Low Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values <100k GBP) - Lot 3 - High Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values >100k GBP) Following an analysis of future spend, the current estimated spend values per lot is as follows: - Lot 1, 5M GBP - Lot 2, 0.25M GBP - Lot 3, 21M GBP Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland will conduct the proposed procurement process on behalf of the Scottish Ministers.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR474047",
"format": "text/html"
},
{
"id": "NOV493245",
"documentType": "awardNotice",
"title": "Framework for Archaeology Services at Transport Scotland",
"description": "Transport Scotland intends to undertake a public procurement competition for the provision of Archaeology Services, which are required on Transport Scotland projects. The services comprise of Invasive Archaeology Services, Non-Invasive Archaeology Services, and Advisory Services. Over the forthcoming years, there a number of projects which shall require such archaeological services. These include, but are not limited to: - A9 Dualling Programme; and - A96 Dualling Programme Due to the repeat need for these services, coupled with the exact requirement and timings being unknown, it is considered that these services would be best met through the use of a framework agreement. Furthermore, due to the nature and quantum of the services it is intended that the services will be divided into 3 lots: - Lot 1 - Advisory Services; - Lot 2 - Low Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values <100k GBP) - Lot 3 - High Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values >100k GBP) Following an analysis of future spend, the current estimated spend values per lot is as follows: - Lot 1, 5M GBP - Lot 2, 0.25M GBP - Lot 3, 21M GBP Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland will conduct the proposed procurement process on behalf of the Scottish Ministers.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV493245",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Lot 1 - Technical Advisory Services",
"description": "Archaeological professional/technical advisory services, of which may comprise: i) Advising Transport Scotland on legislation, good industry practice and the processes and procedures which are required to be adhered to when conducting non-invasive and invasive investigations, and post excavation services; ii) Development and drafting of procurement and/or contract documents; iii) Advising Transport Scotland on appropriate form and conditions of contracts to be adopted, understanding the pitfalls of different types of contracts; and iv) Support Transport Scotland in the management of archaeological contracts, addressing both technical and commercial issues. The supplier will be procured through the restricted procedure, a procedure under the Public Contracts (Scotland) Regulations 2015. This is a two-stage procedure, comprising a prequalification stage and a tender stage. This Contract Notice and ESPD sets out the prequalification stage and Section II.2.9 of this Contract Notice describes the criteria for prequalifying the limited number of candidates to be taken forward to tender stage. In order to be considered for this procurement competition, economic operators must complete and submit an ESPD, which can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). It is anticipated that a total of 5 economic operators will be invited to tender stage for Lot 1 and that the 3 most economically advantageous tenderers will be awarded onto the framework agreement.",
"status": "complete",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "As per ITT documentation",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "3",
"title": "Lot 3 - Low Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values >100k GBP)",
"description": "The services for Lot 3 are likely to include the following: Non-Invasive and Invasive Investigations Archaeological investigation, of which may comprise: i) Management of and co-ordination with, any other specialist sub-contractors appointed by the Supplier, as required; ii) Preparation of Health and Safety risk assessments and reports for all Services to be carried out on each site of interest; iii) Liaison and compliance with the directions of Transport Scotland, the relevant engineering consultant(s) and the relevant local authority archaeologist and, if required, with Historic Environment Scotland; iv) Preparation and submission of progress reports (frequency to be agreed with the project management team and Supplier) v) Undertaking topographical/ earthwork survey(s); geophysical survey(s); building survey(s); field walking survey(s); and/or metal detector survey(s) at each relevant site; vi) Trial trenching by machine (or by hand where specified) and subsequent evaluation and hand excavation; vii) Undertaking strip, map and sample at each relevant site; viii) Undertaking archaeological excavation(s) at each relevant site; ix) Undertaking palaeo-environmental assessment and/or analysis at each relevant site; and x) Seeking all necessary permissions prior to any work being undertaken. Post Excavation Services Post excavation services, of which may comprise: i) Undertaking of post-excavation assessment, analysis and reporting on the results of an archaeological investigation; ii) Publication at a level of detail appropriate to the significance of the results is required as well as ensuring submission of a summary of the works undertaken to the relevant and appropriate publications; iii) Dissemination of the results through deposition of an ordered archive at the relevant public bodies and the deposition of a detailed report at Transport Scotland and local authorities offices; and iv) Liaison and compliance with the directions of Transport Scotland, their technical advisor and all relevant public authorities. It is envisaged that the services shall be provided at the Supplier's construction sites with attendance required on an ad-hoc basis at Transport Scotland's offices. However, on occasion, the Supplier may be required to undertake the following duties: i. attend the offices, other construction sites or other locations within Scotland as and when required; ii. attend meetings at Transport Scotland's main office in Buchanan House, Glasgow or construction site offices as and when may be required; iii. liaison with other Transport Scotland advisers/ consultants/ contractors at their specific offices/sites. The Supplier was procured through the restricted procedure, a procedure under the Public Contracts (Scotland) Regulations 2015. This is a two-stage procedure, comprising a prequalification stage and a tender stage. This Contract Notice and ESPD sets out the prequalification stage and Section II.2.9 of this Contract Notice describes the criteria for choosing the limited number of candidates that were taken forward to tender stage. In order to be considered for this procurement competition, economic operators had to complete and submit an ESPD via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). A total of 6 economic operators were invited to tender stage for Lot 3, and the 3 most economically advantageous tenderers were awarded onto the framework agreement.. The Framework Agreement is based on the Institute of Civil Engineers Conditions of Contract for Archaeological Investigation (2011). Each economic operator was invited to submit a Tender on the same contract terms.",
"status": "complete",
"value": {
"amount": 21000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "30"
},
{
"type": "cost",
"name": "Cost",
"description": "70"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "2",
"title": "Lot 2 - Low Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values <100k GBP)",
"description": "The services for Lot 2 are likely to include the following: Non-Invasive and Invasive Investigations Archaeological investigation, of which may comprise: i) Management of and co-ordination with, any other specialist sub-contractors appointed by the Supplier, as required; ii) Preparation of Health and Safety risk assessments and reports for all Services to be carried out on each site of interest; iii) Liaison and compliance with the directions of Transport Scotland, the relevant engineering consultant(s) and the relevant local authority archaeologist and, if required, with Historic Environment Scotland; iv) Preparation and submission of progress reports (frequency to be agreed with the project management team and Supplier) v) Undertaking topographical/ earthwork survey(s); geophysical survey(s); building survey(s); field walking survey(s); and/or metal detector survey(s) at each relevant site; vi) Trial trenching by machine (or by hand where specified) and subsequent evaluation and hand excavation; vii) Undertaking strip, map and sample at each relevant site; viii) Undertaking archaeological excavation(s) at each relevant site; ix) Undertaking palaeo-environmental assessment and/or analysis at each relevant site; and x) Seeking all necessary permissions prior to any work being undertaken. Post Excavation Services Post excavation services, of which may comprise: i) Undertaking of post-excavation assessment, analysis and reporting on the results of an archaeological investigation; ii) Publication at a level of detail appropriate to the significance of the results is required as well as ensuring submission of a summary of the works undertaken to the relevant and appropriate publications; iii) Dissemination of the results through deposition of an ordered archive at the relevant public bodies and the deposition of a detailed report at Transport Scotland and local authorities offices; and iv) Liaison and compliance with the directions of Transport Scotland, their technical advisor and all relevant public authorities. It is envisaged that the services shall be provided at the Supplier's construction sites with attendance required on an ad-hoc basis at Transport Scotland's offices. However, on occasion, the Supplier may be required to undertake the following duties: i. attend the offices, other construction sites or other locations within Scotland as and when required; ii. attend meetings at Transport Scotland's main office in Buchanan House, Glasgow or construction site offices as and when may be required; iii. liaison with other Transport Scotland advisers/ consultants/ contractors at their specific offices/sites. The Supplier will be procured through the restricted procedure, a procedure under the Public Contracts (Scotland) Regulations 2015. This is a two-stage procedure, comprising a prequalification stage and a tender stage. This Contract Notice and ESPD sets out the prequalification stage and Section II.2.9 of this Contract Notice describes the criteria for choosing the limited number of candidates to be taken forward to tender stage. In order to be considered for this procurement competition, economic operators must complete and submit an ESPD, which can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). It is anticipated that a total of 3 economic operators will be invited to tender stage for Lot 2.. The Framework Agreement will be based on the Institute of Civil Engineers Conditions of Contract for Archaeological Investigation (2011). Each economic operator shall be invited to submit a Tender on the same contract terms.",
"status": "active",
"value": {
"amount": 250000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "30"
},
{
"type": "cost",
"name": "Cost",
"description": "70"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "It is intended that a total of 3 economic operators be invited to tender stage for this Contract. The selection criteria is set out below, (i) to (vi) inclusive. These economic operators shall be those who have: (i) submitted a compliant submission, comprising the completed ESPD; (ii) satisfied the relevant selection criteria under the exclusion grounds; (iii) (a) Minimum Standards of Eligibility--provided evidence of working on specified types of projects over a specified value; (b) Technical or Professional Ability--provided evidence demonstrating an acceptable level of technical or professional ability; and (c) Human Resources--possess the necessary human resources, qualified appropriately to perform the requirement. (iv) Quality, environmental and health and safety management systems and appropriate sustainability measures attributing significantly to the requirement put in place; (v) satisfied minimum standards of economic and financial standing; (vi) achieved the first, second, third, fourth or fifth highest combined weighted scores in respect of technical or professional ability calculated in accordance with the responses to Statements (c), (d), (e) and (f) (refer to Section III.1.3). However, if an economic operator has not submitted a compliant submission as described in (i) above, failed in respect of either (ii), (iii), (iv) or (v) above, then that economic operator shall be excluded from the ranking of scores described in (vi) as above. In terms of the Public Contracts (Scotland) Regulations 2015, there will be a requirement on economic operators to provide proof of economic and financial standing and of technical and professional ability prior to proceeding to the next stage of the competition and contract award and the tender documents will contain specific provisions requiring tenderers to inform Transport Scotland of any changes to their economic and financial standing or technical and professional ability during the procurement competition. Further, Transport Scotland reserves the right to undertake further verification to ensure continuing compliance with the selection criteria at any time prior to contract award, including during any standstill period. If means of proof does not satisfy Transport Scotland's selection criteria and/or if an economic operator no longer meets the requirements set out in the tender documents it shall be excluded from this procurement competition. If this follows tender evaluation, including during any standstill period, the most economically advantageous tenderer shall be recalculated and requested to provide proof of economic and financial standing and technical and professional ability with a view to contract award. Economic operators who do not meet: selection criteria as set out in this contract notice; requirements leading to exclusion otherwise set out in the tender documents or who would otherwise be excluded automatically under Regulation 58(1)-(3) of the Public Contracts (Scotland) Regulations 2015 or at the discretion (if exercised so as to exclude) of Transport Scotland under Regulation 58(4) or 58(8), shall be excluded from this procurement competition. For the avoidance of doubt, any economic operator who meets the selection criteria at the initial evaluation but subsequently, prior to contract award, fails to meet such criteria, shall be excluded from this procurement competition."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
}
],
"lotDetails": {
"maximumLotsAwardedPerSupplier": 2,
"awardCriteriaDetails": "It is the intention that Suppliers will be required to choose between tendering for Technical Advisory Services (Lot 1) and Invasive, Non-Invasive and Post Excavation Services (Lots 2 and 3). This would mean a supplier may tender for both Lot 2 and 3, but not Lot 1, and vice versa. This is to avoid potential conflict of interest.",
"maximumLotsBidPerSupplier": 2
},
"communication": {
"futureNoticeDate": "2020-06-22T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"classification": {
"id": "71351914",
"scheme": "CPV"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-08-14T12:00:00Z"
},
"contractTerms": {
"hasElectronicOrdering": true,
"performanceTerms": "regular basis. In the event that the Consultant's performance falls below a satisfactory level, the Consultant will be invited to determine a means of rectifying the situation. Repeated or continual service failures shall result in suspension or termination of a call-off and potentially the framework agreement."
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2020-11-20T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Under Question Ref. 4A1a of the ESPD, if appropriate economic operators must be enrolled in the relevant professional 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 or equivalent if not a UK registered company). Accreditation/ Registration Under Question Ref. 4A2A of the ESPD, economic operators who wish to apply for Lots 1 and/or Lot 3 shall be authorised or registered by the Chartered Institute for Archaeologists (CIfA) or equivalent to provide the services required in this Contract Notice. Staff The successful tenderer shall be required to adopt similar principles to the CDM Regulations (2015) and to comply with all other relevant health and safety law. Additionally all site staff are to be accredited under the Construction Skills Construction Safety Scheme (CSCS) or equivalent Management Systems Under ESPD, Question Ref. 4C.7 economic operators shall be required to demonstrate that they have in place appropriate quality, environmental and health and safety management systems. Quality Management System. 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. Health and Safety Management System. 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. Environmental Management System. This may be BS EN ISO 14001:2015 (Environmental Management Systems); other accredited management systems; or own non-accredited management system. Economic operators should specify their recognised accredited system or own non-accredited system, which shall ultimately be adopted under the Framework Agreement. Economic operators who are unable to demonstrate that they in place an appropriate quality, environmental or health and safety management system shall be assessed as a FAIL and shall be excluded from this procurement competition."
},
{
"type": "economic",
"minimum": "Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: Evaluation Criteria Ratios (Question Ref. 4B6) The following nine evaluation criteria shall be scored, for each year for the last two years of trading, or for the period which is available if trading for less than two years: 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 scoring mechanism can be downloaded via the Additional Documents, located within the Additional Notice Options of the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). For the purpose of calculating the Annual Contract Value to Turnover ratio the estimated value in II.2.6 of this Contract Notice shall be adopted. Similarly, the duration of the framework agreement shall be 4 years. This equates to an estimated value of 416.7k GBP for Lot 1, 62.5k GBP for Lot 2 and 1.75M GBP per annum per economic operator. The nine evaluation criteria will be individually scored and given a total aggregated score, out of a possible 50 marks, for each year of trading. Subsequently, each year's score will be weighted, with the most recent (\"Year 1\") weighted at 2/3rds and the previous (\"Year 2\") weighted at 1/3rd, and then aggregated to form an overall score for the two years out of 50 marks. If the economic operator is trading for less than 2 years, their financial ratios for the most recent full year of trading will be weighted at 2/3rds scored out of the total 50 marks. If the economic operator is trading for less than 1 year the information provided under III.1.2 b), will be prorated up to 1 year to calculate financial ratios for the a full year and this will be weighted at 2/3rds and scored out of the total 50 marks. A submission shall be marked as a FAIL and will not be considered further if the score achieved by an economic operator (either a single economic operator or a group of economic operators) is less than 25 marks, out of the potential total aggregated score of 50 marks. A submission shall be marked as a FAIL and will not be considered further if the economic operator is unable to provide appropriate information to enable the calculation of the financial ratios. 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. A \"group of economic operators\" is defined as an unincorporated consortium or joint venture. Insurance (Question Ref. 4B5) In response to Question Ref. 4B5 a, b and c economic operators must confirm they already have or can commit to obtain, prior to the commencement of the framework agreement, the following levels of insurance: Employer's (Compulsory) Liability Insurance = Lots 1 and 2 are 5M(million) GBP Lot 3 is 10M GBP, Public Liability Insurance = Lot 1 is 2M, Lot 2 and 3 are 5M GBP and Professional Indemnity Insurance = All Lots are 5M GBP Such insurances shall provide cover to a value of at least the value stated in respect of each and every claim in the period of the insurance, but shall be limited to the value stated in the aggregate in the period of insurance. In responding to Question Ref 4B.5 a, b and c, where the economic operator responds \"No, and I cannot commit to obtain it\" they shall be marked as FAIL and shall be excluded from this procurement competition."
},
{
"type": "technical",
"description": "List and brief description of conditions: Under Question Ref. 4A1a of the ESPD, if appropriate economic operators must be enrolled in the relevant professional 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 or equivalent if not a UK registered company). Accreditation/ Registration Under Question Ref. 4A2A of the ESPD, economic operators who wish to apply for Lots 1 and/or Lot 3 shall be authorised or registered by the Chartered Institute for Archaeologists (CIfA) or equivalent to provide the services required in this Contract Notice. Staff The successful tenderer shall be required to adopt similar principles to the CDM Regulations (2015) and to comply with all other relevant health and safety law. Additionally all site staff are to be accredited under the Construction Skills Construction Safety Scheme (CSCS) or equivalent Management Systems Under ESPD, Question Ref. 4C.7 economic operators shall be required to demonstrate that they have in place appropriate quality, environmental and health and safety management systems. Quality Management System. 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. Health and Safety Management System. 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. Environmental Management System. This may be BS EN ISO 14001:2015 (Environmental Management Systems); other accredited management systems; or own non-accredited management system. Economic operators should specify their recognised accredited system or own non-accredited system, which shall ultimately be adopted under the Framework Agreement. Economic operators who are unable to demonstrate that they in place an appropriate quality, environmental or health and safety management system shall be assessed as a FAIL and shall be excluded from this procurement competition."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"techniques": {
"hasFrameworkAgreement": true
},
"hasRecurrence": false,
"amendments": [
{
"id": "amd-9",
"description": "Issue of corrigendum",
"unstructuredChanges": [
{
"oldValue": {
"date": "2020-11-20T00:00:00Z"
},
"newValue": {
"date": "2020-10-07T00:00:00Z"
},
"where": {
"section": "IV.2.3",
"label": "Estimated date of dispatch of invitations"
}
},
{
"oldValue": {
"date": "2020-08-14T12:00:00Z"
},
"newValue": {
"date": "2020-08-21T17:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
}
]
},
{
"id": "amd-11",
"description": "VI.3) Additional information (Revised Text) VI.3) Additional information (Revised Text) Transport Scotland will conduct this procurement competition on behalf of the Scottish Ministers. Subject to the conclusion of the Framework Agreement, it is the intention that the Framework Agreement will be entered into between the Scottish Ministers and the most economically advantageous tenderer. Each economic operator shall be invited to submit a Tender on the same contract terms. To be considered for this procurement competition, economic operators must complete an ESPD through the Public Contract Scotland portal and submit the completed ESPD electronically by no later than 12 noon BST on 21 August 2020. Transport Scotland shall not evaluate any ESPD received past the specified deadline, unless the delay is caused by a situation out with the control of the economic operator, the determination of which shall be at the sole discretion of Transport Scotland. Compliance in achieving the specified deadline is the sole responsibility of the economic operator. Economic operators which alter their composition after making a submission or whose position has materially changed will be the subject of re-evaluation. Transport Scotland reserves the right, at any point, to request current and up-to-date information to enable re-evaluation of any economic operator. As set out in accordance with section II.2.9 above, an economic operator who no longer has the requisite: technical or professional ability; human resources; or economic and financial standing, as required under this Contract Notice shall be excluded from this procurement competition. Any request by economic operator's for clarification of any part of the documentation shall be made using the Question and Answer feature on the Public Contract Scotland portal. If the query is commercially sensitive then it should be made to the following email address: debra.macleod@transport.gov.scot. The decision whether a request for clarification shall be considered commercially sensitive or not rests solely at the absolute discretion of Transport Scotland. The deadline to submit questions relating to the submission is 5pm on 7 August 2020. Transport Scotland shall not be responsible in any way to economic operators as a result of any delay or failure in answering any request for clarification or any decision not to answer a request for clarification (either in full or in part). Absence of a response from Transport Scotland shall not entitle economic operators to qualify their submission. Transport Scotland reserve the right not to conclude any Framework Agreement as a result of the procurement process initiated by this notice and to make whatever changes Transport Scotland deem appropriate to the content, process, timing and structure of the procurement process. Transport Scotland and the Scottish Ministers shall have no liability for any costs howsoever incurred by those participating in the competition. Economic operators should be aware that all information submitted to Transport Scotland may need to be disclosed and/or published by the Transport Scotland in compliance with the Freedom of Information (Scotland) Act 2002. This contract notice follows the publication of the Prior Information Notice (Ref. 2020/S 102-247222). NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems."
},
{
"id": "amd-12",
"description": "III.1.3) Technical and professional ability of the Contract Notice Part A III.1.3) Technical and professional ability (Revised Text) List and brief description of selection criteria: Under ESPD: Question Ref. 4C1.2 economic operators shall be required to insert suitable responses to Statements (a) to (f) set out below, demonstrating that they have the required minimum standards of eligibility and technical and professional ability. Answers to these statements shall be provided by single economic operators and by groups of economic operators (group members should not respond individually). Response to Statement (a) shall be assessed on the basis of PASS or FAIL. Economic operators who fail to satisfy this minimum standard (either they answer 'No' or fail to provide an acceptable answer) shall be excluded from the procurement competition. Statement (b) is not scored but is required to be completed. The responses to Statements (c), (d), (e) and (f) 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 - 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/capability/capacity (1 - Poor); - 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 (2 - 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 (3 - 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 (4 - Excellent) An ESPD submission shall be marked as FAIL and will not be considered further if the score achieved for any statement is less than 2. Where a response is 2 or greater it shall be weighted in accordance with the following weightings: Statement (c) = 30%; Statement (d) = 30%; Statement (e) = 25%; Statement (f) = 15%. The weighted scores shall be aggregated to calculate a score out of 100 for the 4 statements. Words in excess of the maximum word limit for each statement will neither be considered nor scored."
},
{
"id": "amd-13",
"description": "Additional Information for III.1.2) - part B III.1.2) Economic and financial standing (Revised Text) Minimum level(s) of standards required: Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: Evaluation Criteria Ratios (Question Ref. 4B6) The following nine evaluation criteria shall be scored, for each year for the last two years of trading, or for the period which is available if trading for less than two years: 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 scoring mechanism can be downloaded via the Additional Documents, located within the Additional Notice Options of the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). For the purpose of calculating the Annual Contract Value to Turnover ratio the estimated value in II.2.6 of this Contract Notice shall be adopted. Similarly, the duration of the framework agreement shall be 4 years. This equates to an estimated value of 416.7k GBP for Lot 1, 62.5k GBP for Lot 2 and 1.75M GBP per annum per economic operator. The nine evaluation criteria will be individually scored and given a total aggregated score, out of a possible 50 marks, for each year of trading. Subsequently, each year's score will be weighted, with the most recent (\"Year 1\") weighted at 2/3rds and the previous (\"Year 2\") weighted at 1/3rd, and then aggregated to form an overall score for the two years out of 50 marks. If the economic operator is trading for less than 2 years, their financial ratios for the most recent full year of trading will be weighted at 2/3rds scored out of the total 50 marks. If the economic operator is trading for less than 1 year the information provided under III.1.2 b), will be prorated up to 1 year to calculate financial ratios for the a full year and this will be weighted at 2/3rds and scored out of the total 50 marks. A submission shall be marked as a FAIL and will not be considered further if the score achieved by an economic operator (either a single economic operator or a group of economic operators) is less than 25 marks, out of the potential total aggregated score of 50 marks. A submission shall be marked as a FAIL and will not be considered further if the economic operator is unable to provide appropriate information to enable the calculation of the financial ratios. 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. A \"group of economic operators\" is defined as an unincorporated consortium or joint venture. Insurance (Question Ref. 4B5) In response to Question Ref. 4B5 a, b and c economic operators must confirm they already have or can commit to obtain, prior to the commencement of the framework agreement, the following levels of insurance: Employer's (Compulsory) Liability Insurance = Lots 1 and 2 are 5M(million) GBP Lot 3 is 10M GBP, Public Liability Insurance = Lot 1 is 2M, Lot 2 and 3 are 5M GBP and Professional Indemnity Insurance = Lot 1 is 2M, Lot 2 is 1M and Lot 3 is 5M (GBP). Such insurances shall provide cover to a value of at least the value stated in respect of each and every claim in the period of the insurance, but shall be limited to the value stated in the aggregate in the period of insurance. In responding to Question Ref 4B.5 a, b and c, where the economic operator responds \"No, and I cannot commit to obtain it\" they shall be marked as FAIL and shall be excluded from this procurement competition."
},
{
"id": "amd-14",
"description": "Additional Information for III.1.2) - part A III.1.2) Economic and financial standing (Revised Text) List and brief description of selection criteria: 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 4B1a 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 4B6 provide the name, range and score of nine financial criteria for each year 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 4B5a, b and c 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) to (c), economic operators must provide a link/ copies of the associated annual accounts as filed at Companies House (or equivalent if not a UK registered company). For the avoidance of doubt, if an economic operator fails to provide accounts relating to its last two full years of trading that are due to have been filed, that economic operator shall be excluded from this procurement competition. Where economic operators have not yet been trading for a full two year period, such that filed accounts are not yet due and available, and limited only to that circumstance, the required information to support (a) to (c) above may take the form of appropriate third party / statements setting out turnover, profit and loss, cashflow (current and forecast) and the economic operator's credit facility position. Note there will, however, be a negative scoring implication, as noted below and in the Additional Documents. This above information is 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."
},
{
"id": "amd-15",
"description": "Additional Information for section II.2.4 of the Contract Notice II.2.4) Description of the procurement (Revised Text) Transport Scotland intends to undertake a public procurement competition for the provision of Archaeology Services, which are required on Transport Scotland projects. The services comprise of Invasive Archaeology Services, Non-Invasive Archaeology Services, and Advisory Services. Over the forthcoming years, there a number of projects which shall require such archaeological services. These include, but are not limited to: - A9 Dualling Programme; and - A96 Dualling Programme Due to the repeat need for these services, coupled with the exact requirement and timings being unknown, it is considered that these services would be best met through the use of a framework agreement. Furthermore, due to the nature and quantum of the services it is intended that the services will be divided into 3 lots: - Lot 1 (Multi-Supplier) - Advisory Services estimated at 5M GBP; - Lot 2 (Single Supplier) - Low Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values <100k GBP) estimated at 0.25M GBP and - Lot 3 (Multi-Supplier) - High Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values >100k GBP) estimated at 21M GBP Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland will conduct the proposed procurement process on behalf of the Scottish Ministers."
}
]
},
"language": "EN",
"description": "(SC Ref:749123)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000621724"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000621724"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000621724"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000621724"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000621724"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000621724"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000621724"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000621724"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000621724"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000621724"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 138-340797"
}
],
"awards": [
{
"id": "TS/MP/SER/2020/03-1",
"title": "Lot 1 - Technical Advisory Services",
"suppliers": [
{
"id": "org-243",
"name": "Mott MacDonald"
},
{
"id": "org-244",
"name": "Jacobs UK Ltd"
},
{
"id": "org-245",
"name": "Archaeological Management Solutions"
}
],
"relatedLots": [
"1"
]
},
{
"id": "TS/MP/SER/2020/12-1",
"title": "Lot 3 - Low Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values >100k GBP)",
"suppliers": [
{
"id": "org-111",
"name": "GUARD Archaeology Ltd"
},
{
"id": "org-112",
"name": "Rubicon Heritage Services"
},
{
"id": "org-113",
"name": "Headland Archaeology Ltd"
}
],
"relatedLots": [
"3"
]
}
],
"contracts": [
{
"id": "TS/MP/SER/2020/03-1",
"awardID": "TS/MP/SER/2020/03-1",
"title": "Lot 1 - Technical Advisory Services",
"status": "active",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"dateSigned": "2022-11-19T00:00:00Z"
},
{
"id": "TS/MP/SER/2020/12-1",
"awardID": "TS/MP/SER/2020/12-1",
"title": "Lot 3 - Low Value 'Non-invasive and Invasive Investigations' and 'Post Excavation Services' (contract values >100k GBP)",
"status": "active",
"value": {
"amount": 21000000,
"currency": "GBP"
},
"dateSigned": "2023-10-24T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "776",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "777",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "778",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "779",
"measure": "foreignBidsFromNonEU",
"value": 5,
"relatedLot": "1"
},
{
"id": "780",
"measure": "electronicBids",
"value": 5,
"relatedLot": "1"
},
{
"id": "302",
"measure": "bids",
"value": 6,
"relatedLot": "3"
},
{
"id": "303",
"measure": "smeBids",
"value": 4,
"relatedLot": "3"
},
{
"id": "304",
"measure": "foreignBidsFromEU",
"value": 1,
"relatedLot": "3"
},
{
"id": "305",
"measure": "foreignBidsFromNonEU",
"value": 5,
"relatedLot": "3"
},
{
"id": "306",
"measure": "electronicBids",
"value": 6,
"relatedLot": "3"
}
]
}
}