The contracting entity intends to procure a consultancy services framework contract for the provision of cultural heritage consultancy services in order to assist the provision of its services in the Republic of Ireland (ROI), Northern Ireland and Great Britain.
Deadline
The time limit for receipt of tenders was 2020-06-26.
The procurement was published on 2020-05-22.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Cultural Heritage Services
SSCON 3189
Products/services: Geophysical surveys of archaeological sites๐ฆ
Short description:
โThe contracting entity intends to procure a consultancy services framework contract for the provision of cultural heritage consultancy services in order to...โ
Short description
The contracting entity intends to procure a consultancy services framework contract for the provision of cultural heritage consultancy services in order to assist the provision of its services in the Republic of Ireland (ROI), Northern Ireland and Great Britain.
Show more
Estimated value excluding VAT: EUR 2 000 000 ๐ฐ
Information about lots
Tenders may be submitted for all lots
1๏ธโฃ Scope of the procurement
Title: Onshore Cultural Heritage Consultancy Services
Title
Lot Identification Number: 1
Description
Additional products/services: Excavation work at archaeological sites๐ฆ
Additional products/services: Topographical surveys of archaeological sites๐ฆ
Additional products/services: Archaeological services๐ฆ
Place of performance: รire/Ireland๐๏ธ
Description of the procurement:
โThe contracting entity intends to procure a consultancy services framework contract for the provision of cultural heritage consultancy services in order to...โ
Description of the procurement
The contracting entity intends to procure a consultancy services framework contract for the provision of cultural heritage consultancy services in order to assist the provision of its services in the Republic of Ireland (ROI), Northern Ireland and Great Britain.
ESB Group activities and services relate primarily to the development and operation of generating stations (thermal, hydro, wave, wind, solar and biomass facilities) and the building and maintenance of the electricity transmission and distribution networks and associated infrastructure in the Republic of Ireland (ROI), Northern Ireland and Great Britain. ESB Group also own and operates a telecoms network throughout the island of Ireland.
The scope of the cultural heritage consultancy services will be provided in 2 lots (lot 1 โ Onshore and lot 2 Offshore). Typically, the scope of works for this Framework shall include the services as outlined in the PQQ, however tenderers should note that the detailed scope and contracting strategy for each project will be determined at the mini-tender stage.
Applicants can apply for lot 1 exclusively or lot 2 exclusively. Applicants can also apply for both lots collectively. One applicant can win both lots or each lot can be won by 2 individual applicants.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 2 000 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 36
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
โProvided that a sufficient number of applicants are qualified to be considered for shortlisting, following application of the procedures set out in the PQQ,...โ
Objective criteria for choosing the limited number of candidates
Provided that a sufficient number of applicants are qualified to be considered for shortlisting, following application of the procedures set out in the PQQ, it is anticipated that at least the 10 highest-scored Applicants for each lot will be shortlisted and invited to proceed to the next stage of the procurement process.
Show more Information about options
Options โ
Description of options:
โAt the date of issuing this PQQ it is envisaged that the duration of the framework will be for a minimum of 3 years. ESB reserves the right to extend the...โ
Description of options
At the date of issuing this PQQ it is envisaged that the duration of the framework will be for a minimum of 3 years. ESB reserves the right to extend the framework for a further 60 months, in 6-month increments (potential total of 8 years).
Show more Description
Additional information:
โPlease refer to the individual instructions for submission of bids relevant to each tender issued via the system.โ
2๏ธโฃ Scope of the procurement
Title: Offshore Cultural Heritage Consultancy Services
Title
Lot Identification Number: 2
Description
Description of the procurement:
โThe contracting entity intends to procure a consultancy services framework contract for the provision of cultural heritage consultancy services in order to...โ
Description of the procurement
The contracting entity intends to procure a consultancy services framework contract for the provision of cultural heritage consultancy services in order to assist the provision of its services in the Republic of Ireland (ROI), Northern Ireland and Great Britain.
ESB Group activities and services relate primarily to the development and operation of generating stations (thermal, hydro, wave, wind, solar and biomass facilities) and the building and maintenance of the electricity transmission and distribution networks and associated infrastructure in the Republic of Ireland (ROI), Northern Ireland and Great Britain. ESB Group also own and operates a telecoms network throughout the island of Ireland.
The scope of the cultural heritage consultancy services will be provided in 2 lots (lot 1 โ Onshore and lot 2 Offshore). Typically, the scope of works for this framework shall include the services as outlined in the PQQ, however tenderers should note that the detailed scope and contracting strategy for each project will be determined at the mini-tender stage.
Applicants can apply for lot 1 exclusively or lot 2 exclusively. Applicants can also apply for both lots collectively. One applicant can win both lots or each lot can be won by 2 individual applicants.
Show more Scope of the procurement
Estimated total value excluding VAT: EUR 2 000 000 ๐ฐ
Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
โProvided that a sufficient number of applicants are qualified to be considered for shortlisting, following application of the procedures set out in the PQQ,...โ
Objective criteria for choosing the limited number of candidates
Provided that a sufficient number of applicants are qualified to be considered for shortlisting, following application of the procedures set out in the PQQ, it is anticipated that at least the 10 highest-scored applicants for each lot will be shortlisted and invited to proceed to the next stage of the procurement process.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โAs stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 170076โ Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions for participation
List and brief description of rules and criteria:
โAs stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 170076โ Conditions related to the contract
Contract performance conditions:
โAs stated in procurement qualification questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 170076โ
Procedure Type of procedure
Negotiated procedure with prior call for competition
Information about a framework agreement or a dynamic purchasing system
Framework agreement with several operators
Description
Envisaged maximum number of participants to the framework agreement: 5
Administrative information
Time limit for receipt of tenders or requests to participate: 2020-06-26
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 6
Complementary information Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
Review body
Name: Chief Registrar
Postal address: Four Courts, Inns Quay
Postal town: Dublin 7
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
URL: http://www.courts.ie๐
Source: OJS 2020/S 102-247017 (2020-05-22)
Contract award notice (2021-12-13) Contracting authority Name and addresses
Name: Electricity Supply Board ( ESB )
Postal address: 2 Gateway
Postal code: East Wall Road
Contact person: Geraldine Curham
E-mail: geraldine.curham@esb.ie๐ง
Object Scope of the procurement
Short description:
โThe Contracting Entity intends to procure a consultancy services framework contract for the provision of Cultural Heritage Consultancy Services in order to...โ
Short description
The Contracting Entity intends to procure a consultancy services framework contract for the provision of Cultural Heritage Consultancy Services in order to assist the provision of its services in the Republic of Ireland (ROI), Northern Ireland and Great Britain.
Show more Information about lots
This contract is divided into lots โ Description
Description of the procurement:
โThe Contracting Entity intends to procure a consultancy services framework contract for the provision of Cultural Heritage Consultancy Services in order to...โ
Description of the procurement
The Contracting Entity intends to procure a consultancy services framework contract for the provision of Cultural Heritage Consultancy Services in order to assist the provision of its services in the Republic of Ireland (ROI), Northern Ireland and Great Britain.
ESB Group activities and services relate primarily to the development and operation of generating stations (thermal, hydro, wave, wind, solar and biomass facilities) and the building and maintenance of the electricity transmission and distribution networks and associated infrastructure in the Republic of Ireland (ROI), Northern Ireland and Great Britain. ESB Group also own and operates a telecoms network throughout the island of Ireland.
The scope of the Cultural Heritage Consultancy Services will be provided in 2 Lots (Lot 1 โ Onshore & Lot 2 Offshore). Typically, the scope of works for this Framework shall include the services as outlined in the PQQ, however tenderers should note that the detailed scope and contracting strategy for each project will be determined at the mini-tender stage.
Applicants can apply for lot 1 exclusively or lot 2 exclusively. Applicants can also apply for both lots collectively. One applicant can win both lots or each lot can be won by 2 individual applicants.
Show more Information about options
Description of options:
โAt the date of issuing this PQQ it is envisaged that the duration of the framework will be for a minimum of three years. ESB reserves the right to extend...โ
Description of options
At the date of issuing this PQQ it is envisaged that the duration of the framework will be for a minimum of three years. ESB reserves the right to extend the framework for a further 60 months, in six-month increments (potential total of eight years).
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2020/S 102-247017
Award of contract
1๏ธโฃ
Contract Number: 1
Lot Identification Number: 1
Title: Onshore Cultural Heritage Consultancy Services
Date of conclusion of the contract: 2021-11-24 ๐
Name and address of the contractor
Name: Archaeological Consultancy Services Unit Ltd
National registration number: 6975320L
Postal address: Unit 21 Boyne Business Park, Greenhills,
Postal town: Drogheda
Postal code: Louth
Country: Ireland ๐ฎ๐ช
Phone: +353 419883396๐
E-mail: donald@acsu.ie๐ง
Fax: +353 412130310 ๐
Region: รire/Ireland๐๏ธ
URL: http://www.archaeologicalconsultancyservices.ie๐
The contractor is an SME โ
2๏ธโฃ
Contract Number: 2
Name and address of the contractor
Name: Byrne Mullins & Associates
National registration number: N/a
Postal address: 7 Cnoc na Greine Square
Postal town: Co. Kildare
Postal code: Kilcullen
Phone: +353 45480688๐
E-mail: byrnemullins@eircom.net๐ง
3๏ธโฃ
Contract Number: 3
Name and address of the contractor
Name: John Cronin & Associates`
National registration number: 6394240B
Postal address: Burnside, Saint Oran's Road
Postal town: Buncrana
Postal code: County Donegal
Phone: +353 749361090๐
E-mail: john.cronin@johncronin.ie๐ง
URL: http://www.johncronin.ie๐
4๏ธโฃ
Contract Number: 4
Name and address of the contractor
Name: Rubicon Heritage Services Ltd
National registration number: IE 6355303D
Postal address: Unit 2, Europa Enterprise Park, Midleton
Postal town: Cork
Postal code: Cork
Phone: +353 214520286๐
E-mail: ross.macleod@rubiconheritage.com๐ง
URL: http://www.rubiconheritage.com๐
5๏ธโฃ
Contract Number: 5
Name and address of the contractor
Name: Tobar Archaeological Services
National registration number: 9542654D
Postal address: Saleen
Postal code: Midleton
Phone: +353 0214652305๐
E-mail: info@tobararchaeology.ie๐ง
URL: http://www.tobararchaeology.ie๐
6๏ธโฃ
Contract Number: 6
Name and address of the contractor
Name: Wardell Armstrong International
National registration number: GB108224347
Postal address: Sir Henry Doulton House, Forge Lane, Etruria
Postal town: Stoke-On-Trent
Postal code: Staffordshire
Country: United Kingdom ๐ฌ๐ง
Phone: +44 1782276700๐
E-mail: mvernon@wardell-armstrong.com๐ง
Region: United Kingdom ๐๏ธ
URL: http://www.wardell-armstrong.com๐
7๏ธโฃ
Contract Number: 7
Lot Identification Number: 2
Title: Offshore Cultural Heritage Consultancy Services
Name and address of the contractor
Name: ByrneLooby
National registration number: 3316868LH
Postal address: H5 Centrepoint Business Park, Oak Road, Dublin 12
Postal town: Dublin
Postal code: Dublin
Phone: +353 14564370๐
E-mail: tenders@byrnelooby.com๐ง
URL: http://www.byrnelooby.com๐
8๏ธโฃ
Contract Number: 8
Name and address of the contractor
Name: Irish Archaeological Consultancy Ltd
Postal address: Unit G1 Network Enterprise Park,
Postal town: Co Wicklow
Postal code: Kilcoole
Phone: +353 012018380๐
E-mail: archaeology@iac.ie๐ง
Fax: +353 012116550 ๐