Contract

Framework for Archaeology Services at Transport Scotland

  • Transport Scotland

F03: Contract award notice

Notice identifier: 2023/S 000-034526

Procurement identifier (OCID): ocds-h6vhtk-041beb

Published 22 November 2023, 12:23pm



Section one: Contracting authority

one.1) Name and addresses

Transport Scotland

George House, 2nd Floor, 36, North Hanover Street

Glasgow

G1 2AD

Contact

Rebecca Long

Email

rebecca.long@transport.gov.scot

Telephone

+44 1412727100

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.transport.gov.scot

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00099

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Other activity

Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework for Archaeology Services at Transport Scotland

Reference number

TS/MP/SER/2020/12

two.1.2) Main CPV code

  • 71351914 - Archaeological services

two.1.3) Type of contract

Services

two.1.4) Short 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.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £26,250,000

two.2) Description

two.2.1) Title

Lot 3 – Low Value ‘Non-invasive and Invasive Investigations’ and ‘Post Excavation Services’ (contract values >100k GBP)

Lot No

3

two.2.2) Additional CPV code(s)

  • 71351914 - Archaeological services
  • 71330000 - Miscellaneous engineering services
  • 71600000 - Technical testing, analysis and consultancy services
  • 45112450 - Excavation work at archaeological sites

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Scotland

two.2.4) Description of the procurement

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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Cost criterion - Name: Cost / Weighting: 70

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

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.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 138-340797


Section five. Award of contract

Lot No

3

Title

Lot 3 – Low Value ‘Non-invasive and Invasive Investigations’ and ‘Post Excavation Services’ (contract values >100k GBP)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 October 2023

five.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 6

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

GUARD Archaeology Ltd

EH20 Business Centre, 6 Dryden Road

Loanhead

EH20 9LZ

Telephone

+44 1314481050

Country

United Kingdom

NUTS code
  • UKM73 - East Lothian and Midlothian
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Rubicon Heritage Services

Unit 2, Europa Enterprise Park, Midleton, Cork, Republic of Ireland

Cork

P25 TV25

Telephone

+44 7725208617

Country

Ireland

NUTS code
  • IE - Ireland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Headland Archaeology Ltd

13 Jane Street

Edinburgh

EH6 5HE

Telephone

+44 1314677705

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £21,000,000


Section six. Complementary information

six.3) Additional information

(SC Ref:749123)

six.4) Procedures for review

six.4.1) Review body

Sheriff Clerk's Office

PO Box 23, 1 Carlton, Place,

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Country

United Kingdom