English Heritage has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Heritage Asset Assessment:in Relation to Marine Designation Scottish, Welsh, & Northern Irish Teritorial Waters |
Notice type: | Contract Notice |
Authority: | English Heritage |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Archaeological services in relation to Marine Designation. The overall aim of the 2-year project is to provide high quality information to Historic Scotland, Cadw, and NIEA, to enable the protection and management of marine heritage assets in a manner appropriate to their significance, both at the coast and within UK territorial waters adjacent to Scotland, Wales and N. Ireland respectively. This will be achieved through the provision and deployment of an array of archaeological field capabilities as directed by Historic Scotland, Cadw or NIEA, including, but not limited to, desk-based assessment, diver-based investigation and remote sensing in order to: • Undertake specific assessment and/or targeted investigation, and; • Maintain & deliver an archive of primary data and reports to include site reports, documentary research and logs, digital data including GIS information, bathymetry and imagery. |
Published: | 01/03/2013 09:42 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
English Heritage
The Engine House, Firefly Avenue, SWINDON, SN2 1EH, United Kingdom
Tel. +44 2073942987, Email: NHPCtenders@english-heritage.org.uk, URL: www.english-heritage.org.uk
Contact: Charlotte Winter, Attn: Charlotte Winter
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Recreation, culture and religion
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Heritage Asset Assessment:in Relation to Marine Designation Scottish, Welsh, & Northern Irish Teritorial Waters
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 8
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Archaeological services. Archaeological services in relation to Marine Designation. The overall aim of the 2-year project is to provide high quality information to Historic Scotland, Cadw, and NIEA, to enable the protection and management of marine heritage assets in a manner appropriate to their significance, both at the coast and within UK territorial waters adjacent to Scotland, Wales and N. Ireland respectively.
This will be achieved through the provision and deployment of an array of archaeological field capabilities as directed by Historic Scotland, Cadw or NIEA, including, but not limited to, desk-based assessment, diver-based investigation and remote sensing in order to:
• Undertake specific assessment and/or targeted investigation, and;
• Maintain & deliver an archive of primary data and reports to include site reports, documentary research and logs, digital data including GIS information, bathymetry and imagery.
II.1.6)Common Procurement Vocabulary:
71351914 - Archaeological services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: Not Provided
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Regarding only marine heritage assets within the seaward limits of UK territorial waters adjacent to Scotland, Wales and N. Ireland exclusively, the scope of the project is twofold:
a) to undertake assessment and remedial actions in respect of designated marine heritage assets at risk through neglect, decay or other threats; and
b) undertake assessment of candidate sites for statutory designation under the various regimes in use in Scotland, Wales and N.Ireland.
After commissioning
In May 2013 and in February 2014, a work plan for the year will be discussed with each of the Heritage Agencies in accordance with their allocation. The work plan for each specific site will be detailed in a Brief for Archaeological Services provided by the respective Heritage Agency representative and agreed in advance with the Contractor.
Prior to the commencement of field investigations, the contractor will be expected to agree with the English Heritage Contract Manager an annual plan covering Scotland, Wales and N. Ireland.
With reference to guidance set out in relevant Management of Research Projects in the Historic Environment (MoRPHE: English Heritage, 2006) Technical Guides and Project Planning Notes, as well as the codes, standards and relevant guidance set out by the Institute for Archaeologists (IfA) or those provided by the respective heritage agencies, the following methods are to be employed:
Archaeological Assessment. Survey and assessment standards, desk-based/archival studies and assessments, geophysical and ROV survey, diver-based surveys, recording and recovery strategies, artefact collection & conservation policies, and the requirement for developmental work will be addressed in the method statement. The method statement will also describe how the methods will satisfy the objectives of the work, including management of lost time due to adverse weather conditions. Where appropriate, reference should be made to professional standards and guidance, to specific organisational procedures and manuals.
Post-assessment Methodology, Administration and Dissemination. Details of project archive preparation, project administration, time accounting, equipment (to include navigational and positioning equipment), computer hardware and software, photographic and office equipment, and describe how the methods will satisfy the objectives of the work and the standards to be worked to shall be included. Where appropriate, reference should be made to dissemination strategies related to the objectives of the work, professional standards and guidance, and to specific organisational procedures and manuals.
Diving, Navigation, Seamanship and Maritime Safety. Compliance with the Diving at Work Regulations 1997 and any other relevant current legislation and guidance for safe working practices at sea and on the coast will be met.
The Project Design should expand on the details above as necessary; the Commissioned Organisation will be expected to demonstrate a clear methodology that will meet the project’s aims and objectives, as set out above. Where alternative methods are proposed, these will be considered on their merits.
For project planning purposes, the Designated Datasets held for Scotland, Wales and N. Ireland are available as follows
Country Data-set Available from
Scotland GIS shapefiles showing boundaries of designated sites http://data.historic-scotland.gov.uk/pls/htmldb/f?p=2100:10:0
Information on designated and undesignated sites http://www.historic-scotland.gov.uk/index/heritage/wrecksites.htm www.rcahms.gov.uk
Wales GIS files showing boundaries of designated sites On request from nigel.davies@wales.gsi.gov.uk
Information on designated and undesignated sites http://coflein.gov.uk/en/search/
www.archwilio.org.uk
please note – for most up to date maritime information, contact Deanna Groom Deanna.groom@rcahmw.gov.uk
N. Ireland GIS shapefiles showing boundaries of designated sites On request from Rhonda.robinson@doeni.gov.uk
Information on designated and undesignated sites On request from Rhonda.robinson@doeni.gov.uk
Estimated value excluding VAT:
Range between: 112,000 and 120,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 01/05/2013
Completion: 31/03/2015
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
All economic operators expressing an interest in this tender will be asked to complete a pre-qualification questionnaire (PQQ) which will be issued to all. On the basis of the responses to the questionnaire English Heritage will select the suppliers who will be invited to tender.
Expressions of interest should be addressed to Charlotte Winter Telephone +44 2073942987 Email HHPCtenders@english-heritage.org.uk
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
As detailed in Pre-Qualification Questionnaire
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As detailed in Pre-Qualification Questionnaire
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 5 and maximum number: 8
Objective Criteria for choosing the limited number of candidates:
As detailed in Pre-Qualification Questionnaire.
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 31/03/2013
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 09/04/2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=53160240
GO-201331-PRO-4623653 TKR-201331-PRO-4623652
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 01/03/2013
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Cadw
Welsh Government, Plas Carew, CARDIFF, CF15 7QQ, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Historic Scotland
Longmore House, EDINBURGH, EH9 1SH, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
Department of Environment
Clarence Court, BELFAST, BT2 8GB, United Kingdom
View any Notice Addenda
UK-SWINDON: Archaeological services.
Section I: Contracting Authority
Title: UK-SWINDON: Archaeological services.
I.1)Name, Addresses And Contact Point(s)
English Heritage
The Engine House, Firefly Avenue, SWINDON, SN2 1EH, United Kingdom
Tel. +44 2073942987, Email: nhpcptenders@english-heritage.org.uk, URL: www.english-heritage.org.uk
Contact: Charlotte Winter, Attn: Charlotte Winter
I.2)Type Of Purchasing Body
Contracting authority
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Heritage Asset Assessment:in Relation to Marine Designation Scottish, Welsh, & Northern Irish Teritorial Waters
II.1.2)Short description of the contract or purchase:
Archaeological services. Archaeological services in relation to Marine Designation. The overall aim of the 2-year project is to provide high quality information to Historic Scotland, Cadw, and NIEA, to enable the protection and management of marine heritage assets in a manner appropriate to their significance, both at the coast and within UK territorial waters adjacent to Scotland, Wales and N. Ireland respectively.
This will be achieved through the provision and deployment of an array of archaeological field capabilities as directed by Historic Scotland, Cadw or NIEA, including, but not limited to, desk-based assessment, diver-based investigation and remote sensing in order to:
• Undertake specific assessment and/or targeted investigation, and;
• Maintain & deliver an archive of primary data and reports to include site reports, documentary research and logs, digital data including GIS information, bathymetry and imagery.
II.1.3)Common procurement vocabulary:
71351914 - Archaeological services.
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice): Restricted
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: Not Provided
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2013 - 100750
IV.2.3)Notice to which this publication refers: Not Provided
IV.2.4)Date of dispatch of the original Notice: 01/03/2013
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Correction
VI.3)Information to be corrected or added
VI.3.1) Modification of original information submitted by the contracting authority
VI.3.2) In the original Notice
VI.3.3)Text to be corrected in the original notice:
VI.3.4)Dates to be corrected in the original notice: Not Provided
VI.3.5)Addresses and contact points to be corrected:
English Heritage
The Engine House, Firefly Avenue, Swindon, United Kingdom
Email: nhpcptenders@english-heritage.org.uk
VI.3.6)Text to be added in the original notice: Not Provided
VI.4)Other additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=53842428
GO-201336-PRO-4634733 TKR-201336-PRO-4634732
VI.5)Date of dispatch: 06/03/2013
View Award Notice
Section I: Contracting Authority
Title: UK-SWINDON: Archaeological services.
I.1)Name, Addresses and Contact Point(s):
English Heritage
The Engine House, Firefly Avenue, SWINDON, SN2 1EH, United Kingdom
Tel. +44 2073942987, Email: NHPCtenders@english-heritage.org.uk, URL: www.english-heritage.org.uk
Contact: Charlotte Winter, Attn: Charlotte Winter
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Recreation, culture and religion
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Heritage Asset Assessment:in Relation to Marine Designation Scottish, Welsh, & Northern Irish Teritorial Waters
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 8
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Archaeological services. Archaeological services in relation to Marine Designation. The overall aim of the 2-year project is to provide high quality information to Historic Scotland, Cadw, and NIEA, to enable the protection and management of marine heritage assets in a manner appropriate to their significance, both at the coast and within UK territorial waters adjacent to Scotland, Wales and N. Ireland respectively.
This will be achieved through the provision and deployment of an array of archaeological field capabilities as directed by Historic Scotland, Cadw or NIEA, including, but not limited to, desk-based assessment, diver-based investigation and remote sensing in order to:
• Undertake specific assessment and/or targeted investigation, and;
• Maintain & deliver an archive of primary data and reports to include site reports, documentary research and logs, digital data including GIS information, bathymetry and imagery.
II.1.5)Common procurement vocabulary:
71351914 - Archaeological services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 123,428
Currency: GBP
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 30
Expertise - 21
SkillsTransfer - 17
Product Delivery - 11
Methodology - 11
Plant & Equipment - 7
Sub Contract - 3
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: 6553
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2013/S 46 - 74360 of 01/03/2013
Section V: Award Of Contract
1: Award And Contract Value
Contract No: 6553
V.1)Date Of Contract Award: 05/07/2013
V.2) Information About Offers
Number Of Offers Received: 3
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Cotswold Archaeology
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 123,428
Currency: GBP
Total final value of the contract
Value: 123,428
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Yes
If yes, value or proportion of the contract likely to be sub-contracted to third parties:
Not known
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=73994516
GO-2013919-PRO-5133973 TKR-2013919-PRO-5133972
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 19/09/2013
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Cadw
Plas Carew, CARDIFF, United Kingdom
2: Contracting Authority
Historic Scotland
Longmore House, EDINBURGH, United Kingdom
3: Contracting Authority
Department of Environment
Clarence Court, BELFAST, United Kingdom