Contract award notice

Information

Published

Date of dispatch of this notice: 24/08/2017

External Reference: 2017-905090

TED Reference: 2017/S 163-335942

Contract award notice

Cached Version

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Horse Racing Ireland (HRI)
N/A
Ballymany
Co Kildare
The Curragh
IE
Contact person: Colm Beckett
Telephone: +353 45455497
NUTS code:  IE0 -  IRELAND
Internet address(es):
Main address: www.HRI.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Recreation, culture and religion

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

PROVISION OF FLEET VEHICLES CONTRACT LEASE)
Reference number:  HRI/FEB17/DD1
II.1.2)

Main CPV code

50111100  -  Vehicle-fleet management services
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

HORSE RACING IRELAND AND SUBSIDIARIES ARE SEEKING EXPRESSIONS OF INTEREST IN RELATION TO ESTABLISHING A SINGLE PARTY FRAMEWORK FOR THE PROVISION OF FLEET VEHICLES (CONTRACT LEASE).
II.1.6)

Information about lots

This contract is divided into lots: no
II.1.7)

Total value of the procurement

Value excluding VAT:  466000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

34100000  -  Motor vehicles
34115200  -  Motor vehicles for the transport of fewer than 10 persons
34144900  -  Electric vehicles
50111000  -  Fleet management, repair and maintenance services
50111110  -  Vehicle-fleet-support services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Horse Racing Ireland HQ
II.2.4)

Description of the procurement

HORSE RACING IRELAND AND SUBSIDIARIES ARE SEEKING EXPRESSIONS OF INTEREST IN RELATION TO ESTABLISHING A SINGLE PARTY FRAMEWORK FOR THE PROVISION OF FLEET VEHICLES (CONTRACT LEASE).
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Criterion A – Proposed methodology for Contract management  /  Weighting:  30%
Quality criterion  -  Name:  Criterion B – Added Value  /  Weighting:  10%
Cost criterion  -  Name:  Criterion C – Ultimate Cost  /  Weighting:  60%
II.2.11)

Information about options

Options: no
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 IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2017/S 037-066653

Section V: Award of contract

Contract No: 1

Title: PROVISION OF FLEET VEHICLES 9CONTRACT LEASE)

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

2017-06-29
V.2.2)

Information about tenders

Number of tenders received:  3
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Denis Mahony Ltd t/a Avis Fleet Solutions
Dublin 5
IE
NUTS code:  IE -  IRELAND

The contractor is an SME : no
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  466000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

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) This is the sole call for competition for this service.
3) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) Establishment of this framework will be subject to the approval of the competent authorities.
5) It will be a condition of establishment that candidates and all sub-contractors produce a valid tax clearance certificate from the Irish revenue commissioners as part of their application for participation in the competition.
6) If for any reason it is not possible to admit to the framework agreement the tenderers invited following the conclusion of this competitive process, the
contracting authority reserves the right to invite the next highest scoring tenderers to join the framework agreement as appropriate. This shall be without prejudice to the right of the contracting authority to cancel this competitive process and/or initiate a new contract award procedure at its sole discretion.
7) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreements or any contract awarded
under the framework agreements at any time.
8) 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.
9) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of questionnaires
with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Four Courts Inns Quay
Dublin
IE
Telephone: +353 18886088
Internet address: www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Statutory instrument no. 130 of 2010 (the Irish remedies regulations) provides that review procedures are available in the high court to a person who has or
has had an interest in obtaining the framework agreement (including the reviewable public contract) and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that framework agreement and reviewable public contract.