TII393 M130 MetroLink Archaeology Services Qualification System

Transport Infrastructure Ireland (the “Authority”) wishes to establish a Qualification System in relation to MetroLink Archaeology Services. MetroLink will provide a high speed, high capacity, high frequency, modern and efficient public transport service for passengers travelling along the Swords/Airport to City Centre corridor in Dublin, which will be capable of …

CPV: 71351914 Archaeological services, 71350000 Engineering-related scientific and technical services, 45112450 Excavation work at archaeological sites, 71351720 Geophysical surveys of archaeological sites, 71351811 Topographical surveys of archaeological sites, 71351500 Ground investigation services, 71355000 Surveying services, 71317200 Health and safety services
Place of execution:
TII393 M130 MetroLink Archaeology Services Qualification System
Awarding body:
Transport Infrastructure Ireland (TII)
Award number:
0

1. Buyer

1.1 Buyer

Official name : Transport Infrastructure Ireland (TII)
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services
Activity of the contracting entity : Urban railway, tramway, trolleybus or bus services

2. Procedure

2.1 Procedure

Title : TII393 M130 MetroLink Archaeology Services Qualification System
Description : Transport Infrastructure Ireland (the “Authority”) wishes to establish a Qualification System in relation to MetroLink Archaeology Services. MetroLink will provide a high speed, high capacity, high frequency, modern and efficient public transport service for passengers travelling along the Swords/Airport to City Centre corridor in Dublin, which will be capable of integration with other modes of public transport. Further information on MetroLink is available at www.metrolink.ie/. The archaeology services qualification system will facilitate the procurement of archaeology services to support the enabling and advance works which will include but are not limited to the following: • Archaeological investigations and reporting at specific locations where archaeological constraints exist; • Obtaining necessary licences and ministerial consents to execute the works; • Undertaking the required stakeholder engagement; • Developing the relevant construction documentation including traffic, quality and environmental man­agement plans, and method statements; • Associated health and safety services; • Surveying and monitoring; • All other associated services and works as may be required over the duration of the qualification system. TII have an agreed Code of Practice for Archaeology (2017) which provides a framework for the management of the archaeological aspects of TII national road and public transport projects. A copy of the Code of Practice, which outlines the respective roles of the Minister and of TII in safeguarding cultural heritage, while facilitating the design and construction of TII projects, can be found at the following link: https://www.tii.ie/media/goshluom/tii-code-of-practice.pdf The proposed MetroLink construction works will take place within a rich and diverse cultural heritage environment. From Estuary Station to Glasnevin Station substantial multiphase prehistoric and medieval settlement, ritual and industrial heritage complexes have been identified. Isolated archaeological and cultural heritage constraints ranging from the prehistoric to modern era have also been identified. From Glasnevin Station to Charlemont Station known archaeological and cultural heritage constraints relate to the complex evolution of the historic Town of Dublin (inclusive of historic utility infrastructural developments and public realm works), the Royal and Grand Canals in addition to numerous historic railways, tramways, and parklands. From Estuary Station to Charlemont Station, with the exception of Tara Street, Griffith Park, St. Stephens Green and Charlemont it is proposed to carry out archaeological and cultural heritage works to appropriately mitigate potential cultural heritage impacts along this section of MetroLink. The archaeological and cultural heritage resolution methodologies likely to be implemented will include archaeological geophysical surveys, underwater and detection surveys, archaeological test excavations, archaeological monitoring and, where necessary, preservation by record (excavation). Archaeological and cultural heritage works to be undertaken at Tara Street, Griffith Park, St. Stephens Green and Charlemont and the archaeological surveying of townland boundaries is also required will be procured under a separate framework. Archaeological objects recovered during the archaeological monitoring will be labelled and packaged in sympathetic materials for temporary curation in a secure repository to be supplied by the appointed Archaeological Consultant(s). The catalogue of the finds shall conform to the National Museum of Ireland’s Excavation Finds Register. In general, the treatment of all archaeological objects shall comply https://ted.europa.eu/TED Page 1/5 with the Code of Conduct for the Treatment of Archaeological Objects ( www.iai.ie ) and the Standards for the care and treatment of archaeological objects from excavations (NMI April 2022). The term of the Qualification System shall be circa twelve (12) years. A candidate may seek admission to this Qualification System at any time during its term. The Qualification System shall be established and maintained by the Authority. Full details of the Qualification System (including its operation) are provided within the Pre-­Qualification Documents, which are available to all interested economic operators. All interested economic operators are now invited to submit a Pre-­Qualification Submission for admission onto the Qualification System as set out in the Pre-Qualification Documents.
Procedure identifier : f376cc91-4404-4d2b-8f9d-8b723649975c
Type of procedure : Other multiple stage procedure

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71351914 Archaeological services
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services
Additional classification ( cpv ): 45112450 Excavation work at archaeological sites
Additional classification ( cpv ): 71351720 Geophysical surveys of archaeological sites
Additional classification ( cpv ): 71351811 Topographical surveys of archaeological sites
Additional classification ( cpv ): 71351500 Ground investigation services
Additional classification ( cpv ): 71355000 Surveying services
Additional classification ( cpv ): 71317200 Health and safety services

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information : In relation to 5.1.10 Award Criteria, TII note in relation to quality that Applicants are required to score a minimum threshold marks and to satisfy all our requirements as set out in the IMPQQ to be admitted onto the Qualification System.

2.1.4 General information

Additional information : The responses to the Qualification System Questionnaire must be submitted through the eTenders system at any time while the Qualification System is open. All Applicants who are admitted to the Qualification System will be eligible to participate in competitions that are commenced after the date of their admission to the Qualification System, subject to any further rounds of qualification that may apply. Applicants interested in participating in the Initial Competition under the Qualification System must submit their completed response to the Qualification System Questionnaire by 24 September 2025. The Contracting Authority may, but shall not be obliged to, run an Initial Competition.
Legal basis :
Directive 2014/25/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : TII393 M130 MetroLink Archaeology Services Qualification System
Description : To deliver the enabling and advance works for MetroLink, TII intends to establish an archaeology services qualification system. A notice on the existence of a Qualification System has been dispatched by TII to the Official Journal of the European Union (OJEU) with respect to this Qualification System inviting expressions of interest from interested parties to be qualified for admittance to the Qualification System. TII intends to establish a Qualification System under which services required by TII shall be awarded under separate contracts. It is intended to use the Government Construction Contracts Committee (GCCC) Standard Conditions of Engagement for Archaeology Services (COE2) for contracts awarded under this Qualification System. The term of the Qualification System is 12 years from the date of its establishment unless terminated earlier by TII. Applicants may apply for inclusion on the Qualification System at any stage during this period.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71351914 Archaeological services
Additional classification ( cpv ): 71350000 Engineering-related scientific and technical services
Additional classification ( cpv ): 45112450 Excavation work at archaeological sites
Additional classification ( cpv ): 71351720 Geophysical surveys of archaeological sites
Additional classification ( cpv ): 71351811 Topographical surveys of archaeological sites
Additional classification ( cpv ): 71351500 Ground investigation services
Additional classification ( cpv ): 71355000 Surveying services
Additional classification ( cpv ): 71317200 Health and safety services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information : 321984-2025 - Planning See the notice on TED website Ireland – Engineering-related scientific and technical services – TII393_M130_Archaeology Services Qualification System OJ S 95/2025 19/05/2025

5.1.3 Estimated duration

Other duration : Unlimited

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
Additional information : The responses to the Qualification System Questionnaire must be submitted through the eTenders system at any time while the Qualification System is open. All Applicants who are admitted to the Qualification System will be eligible to participate in competitions that are commenced after the date of their admission to the Qualification System, subject to any further rounds of qualification that may apply. Applicants interested in participating in the Initial Competition under the Qualification System must submit their completed response to the Qualification System Questionnaire by 24 September 2025. The Contracting Authority may, but shall not be obliged to, run an Initial Competition. All Applicants who pass all relevant pass/fail criteria and who score the minimum marks as set out in the IMPQQ will be admitted to the Qualification System.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland
Organisation providing additional information about the procurement procedure : Transport Infrastructure Ireland (TII)
Organisation providing offline access to the procurement documents : Transport Infrastructure Ireland (TII)
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Transport Infrastructure Ireland (TII)
Organisation processing tenders : Transport Infrastructure Ireland (TII)

8. Organisations

8.1 ORG-0001

Official name : Transport Infrastructure Ireland (TII)
Registration number : 9510201H
Postal address : Parkgate Business Centre, Parkgate Street
Town : Dublin
Postcode : D08 DK10
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 00 353 1 6463600
Internet address : https://www.tii.ie/
Buyer profile : https://www.tii.ie/
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 8fbf95a1-d569-40db-a068-b3f0c4337418 - 01
Form type : Competition
Notice type : Notice on the existence of a qualification system
Notice dispatch date : 07/08/2025 17:40 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00523446-2025
OJ S issue number : 152/2025
Publication date : 11/08/2025