Servicios de estudio de suelos

8378 - Qualification System for Ground Investigation Works

The Qualification system will be established for a period of four years from 15th August 2023 to 15th August 2027, with an option to extend into year five and a second option to extend into year six at IE’s discretion. Applicants may apply for inclusion at any stage during the …

CPV: 45111250 Trabajos de estudio del suelo, 71351500 Servicios de estudio de suelos
Lugar de ejecución:
8378 - Qualification System for Ground Investigation Works
Organismo adjudicador:
Iarnród Eireann-Irish Rail
Número de premio:
8378

Ireland-Dublin: Ground investigation services

2023/S 111-348184

Qualification system – utilities

This notice is a call for competition

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1) Name and addresses
Official name: Iarnród Eireann-Irish Rail
Postal address: Inchicore
Town: Dublin
NUTS code: IE Éire / Ireland
Postal code: Dublin 8
Country: Ireland
E-mail: sean.mccaffrey@irishrail.ie
Internet address(es):
Main address: https://www.etenders.gov.ie
Address of the buyer profile: https://www.etenders.gov.ie
I.3) Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.etenders.gov.ie
Tenders or requests to participate must be submitted to the abovementioned address
I.6) Main activity
Railway services

Section II: Object

II.1) Scope of the procurement
II.1.1) Title:

8378 - Qualification System for Ground Investigation Works

Reference number: 8378
II.1.2) Main CPV code
71351500 Ground investigation services
II.1.3) Type of contract
Services
II.2) Description
II.2.2) Additional CPV code(s)
45111250 Ground investigation work
II.2.3) Place of performance
NUTS code: IE Éire / Ireland
II.2.4) Description of the procurement:

The Qualification system will be established for a period of four years from 15th August 2023 to 15th August 2027, with an option to extend into year five and a second option to extend into year six at IE’s discretion. Applicants may apply for inclusion at any stage during the life of this QS. Successful Candidates will be expected to be able to provide Ground Investigation service, utility mapping and structural investigations to all locations on the Irish Rail Network. The purpose of the Ground Investigation Service will be to provide factual data and interpretive information in factual and interpretative reports respectively in accordance with the ’Specification and Related Documents for Ground Investigation in Ireland’, Engineers Ireland, Second Edition 2016’ to facilitate the detailed design of the permanent and temporary Civil and Structural Engineering works. This includes examination of various sites along the Rail Network to establish the details of the different soil types/conditions, water levels occurring to aid in the design of main works and waste disposal recommendations. The exploratory holes, probing and in-situ and laboratory testing will be used to assess the associated ground conditions for various Civil Engineering Works. The Service Provider shall be capable of carrying out Shell and Auger, Cable Percussion, Rotary Coring and Window Sample boreholes, structural coring, trial pitting, slit trenching, dynamic probing, in-situ and laboratory testing, soil and groundwater sampling, geophysical surveying and groundwater level monitoring. Applicants are advised that a sizeable amount of works will need to be carried out under track protection at night, including weekend nights. The Service Provider shall be capable of preparing detailed Factual and Interpretative Report in accordance with IS EN 1997-2:2007 and the Specification. These reports shall be prepared by Chartered Geotechnical Engineers, Chartered Engineering Geologist, Environmental Engineers and Environmental Scientists, the reports will have to be issued to the meet the individual project programmes. The Service provider may be required to act as the Project Supervisor for the Construction Stage in accordance with the Safety, Health and Welfare at Work (Construction) Regulations and all of their site personal must be in possession of Irish Rail approved Personal Track Safety (PTS) Certificates should they be required to work on it or near the railway line. The specific investigation, monitoring and reporting requirements for each project will be detailed in each call-off tender documentation. Those companies successfully appointed to the Qualification System will receive all future tender enquires.

II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.8) Duration of the qualification system
Indefinite duration
Renewal of the qualification system
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation
III.1.9) Qualification for the system
Conditions to be fulfilled by economic operators in view of their qualification:

Relevant Experience of Applicant. Applicants must provide 3 examples of relevant contracts completed over the last 3 years that demonstrate experience in the delivery of the required services. Relevant contracts are those most closely relating to the requirements as detailed in the Contract Notice and Pre-Qualification Questionnaire. . One example provided should be related to the rail industry, but this is not compulsory. The value of the reference contracts and a client contact for reference purposes must be given. . Applicants should also provide an overview of current resources available to company and those resources utilised in the delivery of the referenced contracts. . .

Methods according to which each of those conditions will be verified:

Pass / Fail

Conditions to be fulfilled by economic operators in view of their qualification:

Quality Management Systems Applicants are required to provide either. . Evidence of an internationally recognized and externally audited Quality Management System relevant to this supply requirement, e.g., ISO 9001 or equivalent. . OR.. Evidence of a documented Quality Management System which demonstrates the processes in place including. A Current Quality Policy signed and dated including next review date.. . o A Current Quality Manual signed and dated- describing the scope of the Quality Management System, documented procedures and a description of the interaction between processes.

Methods according to which each of those conditions will be verified:

Pass Fail

Conditions to be fulfilled by economic operators in view of their qualification:

Health and Safety. . Applicants must demonstrate their approach to managing safety on projects of this nature and scale. . Applicants must provide the following information:. . A signed and in-date Health & Safety Statement which must be in line with current legislation/s. (Please note a policy document is not acceptable). The Safety Statement must as a minimum comply with the requirements of Section 20 of the Safety, Health and Welfare at Work Act 2005.. Accident Statistics for last 5 years. Details of statutory improvement/prohibition notices served including number of Lost Time Accidents, HSA visits and notices issued in last 5 years. A Copy of the Applicant’s Drugs and Alcohol policy must be provided which must include details on random testing, for cause and post incident. .

Methods according to which each of those conditions will be verified:

Pass / Fail

Conditions to be fulfilled by economic operators in view of their qualification:

Financial Resources. Applicants will be assessed on their audited accounts. Applicants must have a turnover in excess of €250,000 in three of the last five years to qualify. . Audited accounts confirming turnover must be provided, demonstrating financial stability. .

Methods according to which each of those conditions will be verified:

Pass / Fail

Conditions to be fulfilled by economic operators in view of their qualification:

Declaration of Eligibility.. A Declaration of Eligibility must be signed by a company Director.

Methods according to which each of those conditions will be verified:

Pass / Fail

Conditions to be fulfilled by economic operators in view of their qualification:

Environmental Sustainability . Provide details on internationally recognised and externally audited environmental management systems, where applicable, should be provided relevant to the specific requirements of the contract, i.e. ISO 14001 or equivalent. . Provide brief details of the internal or external auditing arrangements including the date of the last audit and, where applicable, the name of the external auditing body. . If no certified system in place, please provide details on internal documented environmental control practices, including but not limited to environmental policy, operating procedures, pollution prevention measures/environmental management plans, and environmental auditing.. Demonstrate how the applicants are managing / reducing their companies carbon emissions in relation to this contract..

Methods according to which each of those conditions will be verified:

Weighting 50% with no minimum score

Conditions to be fulfilled by economic operators in view of their qualification:

Social and Economic Sustainability . Applicants are required to provide an executive summary of their approach to monitoring, measurement and reporting on sustainability initiatives and obligations within the organization.. Applicants must provide details of their organisation’s sustainability strategy, codes of practices and the steps taken to embed this in everyday delivery of service considering areas such as ethical sourcing, human rights and fair operating and labour practices.. Applicants should provide details on any social inclusion and/or community involvement initiatives undertaken by the supplier..

Methods according to which each of those conditions will be verified:

Weighting 50% with no minimum score

Section IV: Procedure

IV.1) Description
IV.2) Administrative information
IV.2.4) Languages in which tenders or requests to participate may be submitted:
English

Section VI: Complementary information

VI.3) Additional information:
VI.4) Procedures for review
VI.4.1) Review body
Official name: Seán McCaffrey
Postal address: Procurement Department, Inchicore Works, Inchicore, Dublin 8
Town: Dublin
Postal code: D08 K6Y3
Country: Ireland
VI.5) Date of dispatch of this notice:
07/06/2023