N25 Rosslare Europort Access Road - Archaeological Services (Stage i-iv)

The Contract involves the provision of archaeological consultancy services required to assess and mitigate the archaeological impacts of construction of the N25 Rosslare Europort Access Road (REAR) project. The project consists of a combination of existing road and new road corridor to provide a new access route to Rosslare Europort …

CPV: 45112450 Arkeologiska utgrävningar, 71351914 Arkeologiska tjänster
Sista ansökningsdag:
11 juni 2025 16:00
Typ av tidsfrist:
Inlämnande av anbud
Plats för avrättning:
N25 Rosslare Europort Access Road - Archaeological Services (Stage i-iv)
Plats för tilldelning:
Wexford County Council
Tilldelningsnummer:
0

1. Buyer

1.1 Buyer

Official name : Wexford County Council
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : N25 Rosslare Europort Access Road - Archaeological Services (Stage i-iv)
Description : The Contract involves the provision of archaeological consultancy services required to assess and mitigate the archaeological impacts of construction of the N25 Rosslare Europort Access Road (REAR) project. The project consists of a combination of existing road and new road corridor to provide a new access route to Rosslare Europort in Co. Wexford. The proposed scheme will consist of approximately 1.45km of road carriageway, a railway underbridge, two access underpasses, footway/cycle facilities and associated local road/access tie ins. The archaeological services are to be delivered on-site and off-site by the consultant (including their sub-contractors)and include the submission of quality assured reports and archives in accordance with the Services Requirements and to the satisfaction of the relevant statutory authorities. It is anticipated that the following archaeological consultancy services will be required: Stage (i) test excavations and surveys; Stage (ii) pre-excavation services; Stage (iii) archaeological excavation and post-excavation assessment; Stage (iv) post-excavation and dissemination; and Stage (i) archaeological monitoring of construction works. the project is covered by the provisions of the Code of Practice for Archaeology agreed between Transport Infrastructure Ireland (TII) and the Minister of Arts, Heritage, Regional, Rural and Gaeltacht Affairs (2017). TII has assigned a Project Archaeologist to the project.
Procedure identifier : aa502031-04d9-4e02-aa53-be1837a79cda
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71351914 Archaeological services
Additional classification ( cpv ): 45112450 Excavation work at archaeological sites

2.1.2 Place of performance

Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 0 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : N25 Rosslare Europort Access Road - Archaeological Services (Stage i-iv)
Description : The Contract involves the provision of archaeological consultancy services required to assess and mitigate the archaeological impacts of construction of the N25 Rosslare Europort Access Road (REAR) project. The project consists of a combination of existing road and new road corridor to provide a new access route to Rosslare Europort in Co. Wexford. The proposed scheme will consist of approximately 1.45km of road carriageway, a railway underbridge, two access underpasses, footway/cycle facilities and associated local road/access tie ins. The archaeological services are to be delivered on-site and off-site by the consultant (including their sub-contractors)and include the submission of quality assured reports and archives in accordance with the Services Requirements and to the satisfaction of the relevant statutory authorities. It is anticipated that the following archaeological consultancy services will be required: Stage (i) test excavations and surveys; Stage (ii) pre-excavation services; Stage (iii) archaeological excavation and post-excavation assessment; Stage (iv) post-excavation and dissemination; and Stage (i) archaeological monitoring of construction works. the project is covered by the provisions of the Code of Practice for Archaeology agreed between Transport Infrastructure Ireland (TII) and the Minister of Arts, Heritage, Regional, Rural and Gaeltacht Affairs (2017). TII has assigned a Project Archaeologist to the project.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71351914 Archaeological services
Additional classification ( cpv ): 45112450 Excavation work at archaeological sites

5.1.2 Place of performance

Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

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

5.1.7 Strategic procurement

Aim of strategic procurement : No strategic procurement

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
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 11/06/2025 16:00 +01:00
Deadline until which the tender must remain valid : 180 Day
Information about public opening :
Opening date : 11/06/2025 16:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing offline access to the procurement documents : Wexford County Council -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Wexford County Council -
Organisation processing tenders : Wexford County Council -

8. Organisations

8.1 ORG-0001

Official name : Wexford County Council
Registration number : 00000
Postal address : Carricklawn
Town : Wexford
Postcode : Y35WY93
Country subdivision (NUTS) : South-East ( IE052 )
Country : Ireland
Telephone : 0539196000
Internet address : https://www.wexfordcoco.ie
Roles of this organisation :
Buyer
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 : 5b5e32b2-838d-4602-bf0e-fdf8c42a4982 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 09/05/2025 14:30 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00304149-2025
OJ S issue number : 91/2025
Publication date : 13/05/2025