Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Framework for Archaeology Services at Transport Scotland

  • First published: 24 November 2023
  • Last modified: 24 November 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-041beb
Published by:
Transport Scotland
Authority ID:
AA20202
Publication date:
24 November 2023
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Transport Scotland

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

Glasgow

G1 2AD

UK

Contact person: Rebecca Long

Telephone: +44 1412727100

E-mail: rebecca.long@transport.gov.scot

NUTS: UKM82

Internet address(es)

Main address: http://www.transport.gov.scot

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00099

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

National or federal agency/office

I.5) Main activity

Other: Transport

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Framework for Archaeology Services at Transport Scotland

Reference number: TS/MP/SER/2020/12

II.1.2) Main CPV code

71351914

 

II.1.3) Type of contract

Services

II.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.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 26 250 000.00  GBP

II.2) Description

Lot No: 3

II.2.1) Title

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

II.2.2) Additional CPV code(s)

71351914

71330000

71600000

45112450

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Scotland

II.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.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 30

Cost criterion: Cost / Weighting: 70

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

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

II.2.14) Additional information

The 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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

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

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 138-340797

Section V: 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

V.2 Award of contract

V.2.1) Date of conclusion of the contract

24/10/2023

V.2.2) Information about tenders

Number of tenders received: 6

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from 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

V.2.3) Name and address of the contractor

GUARD Archaeology Ltd

EH20 Business Centre, 6 Dryden Road

Loanhead

EH20 9LZ

UK

Telephone: +44 1314481050

NUTS: UKM73

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Rubicon Heritage Services

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

Cork

P25 TV25

IE

Telephone: +44 7725208617

NUTS: IE

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Headland Archaeology Ltd

13 Jane Street

Edinburgh

EH6 5HE

UK

Telephone: +44 1314677705

NUTS: UK

The contractor is an SME: Yes

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

Total value of the contract/lot: : 21 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

(SC Ref:749123)

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Clerk's Office

PO Box 23, 1 Carlton, Place,

Glasgow

G5 9DA

UK

E-mail: glasgow@scotcourts.gov.uk

VI.5) Date of dispatch of this notice

22/11/2023

Coding

Commodity categories

ID Title Parent category
71351914 Archaeological services Geological, geophysical and other scientific prospecting services
45112450 Excavation work at archaeological sites Excavating and earthmoving work
71330000 Miscellaneous engineering services Engineering services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
rebecca.long@transport.gov.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.