Contract notice

Information

Published

Date of dispatch of this notice: 13/11/2017

Expire date: 04/01/2018

External Reference: 2017-077579

TED Reference: 2017/S 219-454942

Contract notice

Cached Version

Contract notice

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: Catriona O'Connor
Telephone: +353 045455677
Fax: +353 045455407
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.hri.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=121359&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

THE SUPPLY OF ELECTRICITY TO HORSE RACING IRELAND & SUBSIDIARIES AND OTHER INDUSTRY GOVERNING BODIES TO INCLUDE THE IRISH EQUINE CENTRE, R.A.C.E ACADEMY, THE IRISH NATIONAL STUD AND THE TURF CLUB
Reference number:  HRI-NOV1-ELECTRICITY
II.1.2)

Main CPV code

09310000  -  Electricity
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Tenders are invited for the supply of electricity to sites (below) from 1st February 2018 (and optionally for additional periods extending to 31st January 2020)
The HRI sites and additional locations involving the Turf Club, The Irish National Stud, The Irish Equine Centre and R.A.C.E. Please consult the Invitation to Tender document for further information.
II.1.5)

Estimated total value

Value excluding VAT: 2200000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

31682000  -  Electricity supplies
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Kildare
II.2.4)

Description of the procurement

Tenders are invited for the supply of electricity to sites (below) from 1st February 2018 (and optionally for additional periods extending to 31st January 2020)
The HRI sites and additional locations involving the Turf Club, The Irish National Stud, The Irish Equine Centre and R.A.C.E. Please consult the Invitation to Tender document for further information.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 2200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
This framework agreement will have a maximum potential duration of four (4) years. In the first instance, it is anticipated that a contract of 1 years’ duration with an option to extend up to a maximum of four (4) years will be entered into with the successful tenderer emerging form this competitive process.
II.2.10)

Information about variants

Variants will be accepted: no
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 III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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: 2013/S 213-369463
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  12/20/2017
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 12  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  12/20/2017
Local time:  12:00
Place:  
Horse Racing Ireland,
Ballymany, The Curragh
Co Kildare

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
4 years
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

The High Court
Four Courts Inns Quay
Dublin
IE
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.