Contract award notice

Information

Published

Date of dispatch of this notice: 11/09/2019

External Reference: 2019-276489

TED Reference: 2019/S 177-431809

Contract award notice

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: Sarah Barthel
Telephone: +353 45455662
Internet address(es):
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

SINGLE PARTY FRAMEWORK FOR THE PROVISION OF MANAGEMENT CONSULTANCY SERVICES TO HORSE RACING IRELAND AND SUBSIDIARIES
Reference number:  MANAGEMENT CONSULTANCY SERVICES
II.1.2)

Main CPV code

79411000  -  General management consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Horse Racing Ireland (HRI) was established by the Irish Government under the Horse and Greyhound Racing Act 2001 and the Irish Horseracing Industry Act 1994. It is a commercial semi-state body that is responsible for the administration, promotion and development of Horse Racing in Ireland.
Horse Racing Ireland and Subsidiaries (HRI) require a suitably qualified service provider for the provision of management consultancy services.
The range of services includes, but is not limited to the following:
(i) Taxation Services
(ii) Accountancy Services
(iii) ICT Consultancy
(iv) Corporate Finance Services
(v) Other Management Services (This does not include Internal Audit Services)
(vi) External Reviews
Please see the attached document for a detailed specification.
II.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  400000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

79221000  -  Tax consultancy services
79400000  -  Business and management consultancy and related services
79410000  -  Business and management consultancy services
79412000  -  Financial management consultancy services
II.2.3)

Place of performance

Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

Horse Racing Ireland (HRI) was established by the Irish Government under the Horse and Greyhound Racing Act 2001 and the Irish Horseracing Industry Act 1994. It is a commercial semi-state body that is responsible for the administration, promotion and development of Horse Racing in Ireland. HRI subsidiaries include Irish Thoroughbred Marketing Ltd (ITM), Tote Ireland Ltd, Tote Arena Ltd and HRI Racecourses Ltd. consisting of The Leopardstown Club Ltd., Fairyhouse Club Ltd., Navan Races Ltd., The Tipperary Race Company PLC and Cork Racecourse Ltd.
Horse Racing Ireland and Subsidiaries (HRI) require a suitably qualified service provider for the provision of management consultancy services.
Specific Requirements
The range of services includes, but is not limited to the following:
(i) Taxation Services
(ii) Accountancy Services
(iii) ICT Consultancy
(iv) Corporate Finance Services
(v) Other Management Services (This does not include Internal Audit Services)
(vi) External Reviews
Please see the attached document for a detailed specification.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Proposed Methodology for Service Delivery  /  Weighting:  15
Quality criterion  -  Name:  Technical Merit of the Resources Proposed  /  Weighting:  30
Quality criterion  -  Name:  Contract Management  /  Weighting:  10
Quality criterion  -  Name:  Innovation / Value Add  /  Weighting:  5
Price  -  Weighting:  40
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

Open 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: 2018/S 232-530317

Section V: Award of contract

Contract No: 1

Title: SINGLE PARTY FRAMEWORK FOR THE PROVISON OF MANAGEMENT CONSULTANCY SERVICES TO HORSE RACING IRELAND AND SUBSIDIARIES

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

Award of contract

V.2.1)

Date of conclusion of the contract

11/04/2019
V.2.2)

Information about tenders

Number of tenders received:  2
Number of tenders received from tenderers from other EU Member States:  0
Number of tenders received from tenderers from non-EU Member States:  0
Number of tenders received by electronic means:  2
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Deloitte Ireland LLP
03536140KH
Deloitte & Touche
Dublin
Earlsfort Terrace
IE
Telephone: +353 14172200
Internet address: http://www.deloitte.com/ie

The contractor is an SME : no
V.2.4)

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

Initial estimated total value of the contract/lot:  400000.00  EUR
Total value of the contract/lot:  400000.00  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 tenderers;
4) Establishment of the framework will be subject to the approval of the competent authorities;
5) It will be a condition of establishment that tenderers and all sub-contractors are fully tax compliant as part of their application for participation in the competition;
6) If for any reason it is not possible for the successful tenderer to deliver the framework following the conclusion of this competitive process, the contracting authority reserves the right to invite the next highest scoring tenderer to join the framework 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 or the framework 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 tender submissions with missing or incomplete information. Therefore, tenderers are advised to ensure that they return Fully completed submissions 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 Court, Inns Quay
Dublin
IE
Telephone: +353 18886000
Fax: +353 18886088
Internet address: http://www.courts.ie

VI.4.2)

Body responsible for mediation procedures

Please consult your legal advisor
Ireland
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.
VI.4.4)

Service from which information about the review procedure may be obtained

Please consult your legal advisor
Ireland
IE