The Archaeologist will provide all the professional services as necessary to comply with the Client Instructions to ensure a satisfactory completion to the various projects associated with the JIW.
Deadline
The time limit for receipt of tenders was 2022-04-11.
The procurement was published on 2022-03-11.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Archaeology Services Multi-Party Framework
Products/services: Archaeological services๐ฆ
Short description:
โThe Archaeologist will provide all the professional services as necessary to comply with the Client Instructions to ensure a satisfactory completion to the...โ
Short description
The Archaeologist will provide all the professional services as necessary to comply with the Client Instructions to ensure a satisfactory completion to the various projects associated with the JIW.
Show more
Estimated value excluding VAT: EUR 2 000 000 ๐ฐ
The Archaeologist will provide all the professional services as necessary to comply with the Client Instructions to ensure a satisfactory completion to the various projects associated with the JIW.
The Archaeology Consultant appointed to carry out a Contract will be required to provide all professional services necessary to oversee the investigation, research, excavation examination and necessary reporting on the various parts of the Clonburris SDZ project(s) and will provide full Archaeologist Consultancy monitoring services in accordance with the current Capital Works Management Framework (CWMF) Standard Conditions of Engagement for Consultancy Services (COE2 Standard Conditions of Engagement for Archaeological Services), as amended by this document that be required as part of any planning condition. The Archaeology Consultant will also have the following specialist skills: Geophysical surveys, Topographical Surveys, Osteoarcheology, PSCS for Archaeological services. Further information on the scope of services is included in the tender documents
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: 84
Additional information:
โPlease consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from...โ
Additional information
Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using RFT 206083
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โAs stated in the procurement documentation available to download from www.etenders.gov.ie using RFT ID 206083โ 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 related to the contract
Contract performance conditions:
โAs stated in the procurement documentation available to download from www.etenders.gov.ie using RFT ID 206083โ Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Procedure Type of procedure
Open procedure
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: 3
In the case of framework agreements, provide justification for any duration exceeding 8 years: In accordance with Art 33 of Directive 2014/24/EU
Administrative information
Previous publication concerning this procedure: 2022/S 038-098242
Time limit for receipt of tenders or requests to participate: 2022-04-11
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
Conditions for opening of tenders: 2022-04-11
12:00 ๐
Complementary information Additional information
โ1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for...โ
1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications. All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal (www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties;
2) Suppliers must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to respond electronically to the competition. There is a maximum upload limit of 2GB per document on etenders. Documents larger than this should be divided into smaller files prior to upload or zipped.
3) Should you experience difficulty when uploading documents please contact the eTenders Support Desk for technical assistance. Email etenders@eu-supply.com or Telephone: 353 (0) 21 243 92 77 (09:00am โ 17:30pm GMT)
4) All queries regarding this tender requirement or process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie (RFT ID:206083) as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie The details of the person making a query will not be disclosed when circulating the response
5) This is the sole call for competition for this contract/framework.
6) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
7) Contract award will be subject to the approval of the competent authorities.
8) It will be a condition of award that the successful tenderer is and remains tax compliant.
9) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
10) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition.
12) Further contracts will be awarded via cascade or following a mini-competition, as set out in the procurement documentation.
Show more Review body
Name: High Court
Postal town: Dublin
Country: Ireland ๐ฎ๐ช Review procedure
Precise information on deadline(s) for review procedures:
โThe framework is covered by the application of the Remedies Directive and the relevant standstill period applied at time of notification.โ
Source: OJS 2022/S 053-138415 (2022-03-11)
Contract award notice (2022-12-20) Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 2 000 000 ๐ฐ
Description
Description of the procurement:
โThe Archaeologist will provide all the professional services as necessary to comply with the Client Instructions to ensure a satisfactory completion to the...โ
Description of the procurement
The Archaeologist will provide all the professional services as necessary to comply with the Client Instructions to ensure a satisfactory completion to the various projects associated with the JIW.
The Archaeology Consultant appointed to carry out a Contract will be required to provide all professional services necessary to oversee the investigation, research, excavation examination and necessary reporting on the various parts of the Clonburris SDZ project(s) and will provide full Archaeologist Consultancy monitoring services in accordance with the current Capital Works Management Framework (CWMF) Standard Conditions of Engagement for Consultancy Services (COE2 Standard Conditions of Engagement for Archaeological Services), as amended by this document that be required as part of any planning condition.
Show more Award criteria
Quality criterion (name): Proposed team and Balance of Resources
Quality criterion (weighting): 35%
Quality criterion (name): Proposed Execution Methodology
Quality criterion (weighting): 20%
Quality criterion (name):
โUnderstanding of Requirements of the Projects, including management of risks and issuesโ
Quality criterion (weighting): 5%
Quality criterion (name): Proposal for Archaeological Significant Finds
Quality criterion (name): Quality Management
Cost criterion (name): Cost
Cost criterion (weighting): 30%
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2022/S 053-138415
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Archaeology Services Multi-Party Framework
Date of conclusion of the contract: 2022-07-18 ๐
Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
Name and address of the contractor
Name: Archaeological Consultancy Services Unit Limited
Postal address:
โUnit 21 Boyne Business Park, Greenhills, Drogheda, Co. Louth. A92 DH99 2. Archer Heritage Planning - 8 Beat Centre, Balbriggan, Co Dublin 3. IAC Ltd - Unit...โ
Postal address
Unit 21 Boyne Business Park, Greenhills, Drogheda, Co. Louth. A92 DH99 2. Archer Heritage Planning - 8 Beat Centre, Balbriggan, Co Dublin 3. IAC Ltd - Unit G1 Network Enterprise Park, Kilcoole,
Show more
Postal town: Co Wicklow
Country: Ireland ๐ฎ๐ช
Region: Eastern and Midland๐๏ธ
The contractor is an SME โ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 000 000 ๐ฐ
2๏ธโฃ
Contract Number: 2
Date of conclusion of the contract: 2022-07-15 ๐
Name and address of the contractor
Name: Archer Heritage Planning
Postal address: 8 Beat Centre, Balbriggan,
Postal town: Co Dublin
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 000 000 ๐ฐ
3๏ธโฃ
Contract Number: 3
Date of conclusion of the contract: 2022-07-20 ๐
Name and address of the contractor
Name: IAC Ltd
Postal address: Unit G1 Network Enterprise Park, Kilcoole,
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 2 000 000 ๐ฐ
Source: OJS 2022/S 248-724417 (2022-12-20)