II.1)
Scope of the procurement
CONTRACT FOR THE PROVISION OF TELEVISED SERVICES TO IRISH HORSE RACING
Reference number:
Televised Services
92221000
-
Television production services
Services
II.1.4)
Short description
The Association of Irish Racecourses (AIR) is the representative body of Irish Racecourses which advises and assists its member racecourse owners and executives on all matters pertaining to Irish racing.
Horse Racing Ireland (HRI) was formally established by the Horse and Greyhound Racing Act 2001. Its mission is to develop and promote Ireland as a world centre of excellence for horse racing and breeding.
For the Purpose of this tendering process both bodies will act as the Contracting Authority.
Horse Racing Ireland (HRI) and the Association of Irish Racecourses (AIR) currently contract with an Outside broadcast (OB) provider for the provision of Outside Broadcast (terrestrial & satellite), Integrity Cameras and Cable Television facilities across all Irish Racecourses. This is currently a mobile solution that moves from racecourse to racecourse. Please refer to the attached document for more details.
II.1.5)
Estimated total value
Value excluding VAT: 20000000.00
EUR
II.1.6)
Information about lots
This contract is divided into lots:
no
II.2.2)
Additional CPV code(s)
92200000
-
Radio and television services
92220000
-
Television services
92222000
-
Closed circuit television services
92224000
-
Digital television
92510000
-
Library and archive services
92600000
-
Sporting services
92610000
-
Sports facilities operation services
92620000
-
Sport-related services
II.2.3)
Place of performance
Main site or place of performance:
Ireland
II.2.4)
Description of the procurement
The Association of Irish Racecourses (AIR) is the representative body of Irish Racecourses which advises and assists its member racecourse owners and executives on all matters pertaining to Irish racing. AIR was originally established in 1964 to promote the interests of horse racing generally in Ireland and particularly the interests of racecourse owners and executives.
Horse Racing Ireland (HRI) was formally established by the Horse and Greyhound Racing Act 2001. Its mission is to develop and promote Ireland as a world centre of excellence for horse racing and breeding. Its primary functions include the development and promotion of the Irish horseracing industry, the development of authorised racecourses, the administration of prize-money at race fixtures and the control of the operation of authorised bookmakers. Subsidiaries of HRI include Tote Ireland Ltd., HRI Racecourses Ltd., and Irish Thoroughbred Marketing Ltd. HRI Racecourses Ltd. owns and operates Leopardstown, Fairyhouse, Navan and Tipperary Racecourses and Leopardstown Golf Course.
For the Purpose of this tendering process the above bodies will act as the Contracting Authority.
Horse Racing Ireland (HRI) and the Association of Irish Racecourses (AIR) currently contract with an Outside broadcast (OB) provider for the provision of Outside Broadcast (terrestrial & satellite), Integrity Cameras and Cable Television facilities across all Irish Racecourses. This is currently a mobile solution that moves from racecourse to racecourse. The successful service provider must be skilled at both logistics management and Outside Broadcast provision. The successful service provider must demonstrate an understanding of the latest technology and future developments within this area. Above all the successful service provider must be flexible and responsive to the changing needs of racecourse operators, broadcasting organisations and race course officials. Please refer to the attached document for more details.
Candidates should be aware that the services sought in this notice fall within Annex XIV of Directive 2014/24/EU on public procurement. This public procurement competition is therefore subject only to the rules in Chapter 1 of Part 3 of the European Union (Award of Public Authority Contracts) Regulations 2016. The procurement process that will apply to the services is specified in the procurement documents accordingly.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: 20000000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
120
This contract is subject to renewal:
yes
Description of renewals:
In the first instance, a contract of four (4) years’ duration with an option to extend on an annual basis up to a maximum of ten (10) years will be awarded to the successful tenderer emerging from this competitive process.
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged minimum number:
5
/
Maximum number:
7
Objective criteria for choosing the limited number of candidates:
Please refer to the attached pre-qualification questionnaire.
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
The Contracting Authority intends to conclude a ‘Contract with Options’ with the successful tenderer emerging from this competitive process. By this it is meant that the Contracting Authority intends to enter into a contract to purchase a defined quantity of specific services (‘core services’) from the successful tenderer but reserves the right to purchase, as the need arises, additional services (‘options’) at any point during the lifetime of the contract. The Specification of Requirements contained in the Invitation to Tender document issued to successful candidates will clearly differentiate core services from options.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no