Contract notice

Information

Published

Date of dispatch of this notice: 31/01/2020

Expire date: 06/03/2020

External Reference: 2020-203596

TED Reference: 2020/S 025-056830

Contract notice

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: Sarah Barthel
Telephone: +353 45455662
Internet address(es):
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=161760&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

Multi-Party Framework Agreement for the Supply, Hire, Delivery, Installation and Onsite Support of Video Screens and Audio-Visual Equipment and Related Services to HRI Racecourses Ltd and Cork RC
Reference number:  RSC Large Screens
II.1.2)

Main CPV code

51310000  -  Installation services of radio, television, sound and video equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

Horse Racing Ireland (HRI) was formally established by the Horse and Greyhound Racing Act of 2001. It is a commercial semi-state body that took over the functions previously carried out by the Irish Horse Racing Authority. HRI is responsible for the administration, promotion and development of Horse Racing in Ireland. HRI subsidiaries include Irish Thoroughbred Marketing Ltd (ITM), Tote Ireland Ltd and HRI Racecourses Ltd (Leopardstown Racecourse, Fairyhouse Racecourse, Navan Racecourse, Tipperary Racecourse and Leopardstown Golf Centre).
The Contracting Authority are seeking suitably resourced providers for the supply, hire, delivery, installation and onsite support of mobile video screens and audio-visual equipment & related services.
II.1.5)

Estimated total value

Value excluding VAT: 400000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

30231300  -  Display screens
30231310  -  Flat panel displays
31682230  -  Graphic display panels
32320000  -  Television and audio-visual equipment
32323000  -  Video monitors
32351200  -  Screens
51314000  -  Installation services of video equipment
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 formally established by the Horse and Greyhound Racing Act of 2001. It is a commercial semi-state body that took over the functions previously carried out by the Irish Horse Racing Authority. HRI is responsible for the administration, promotion and development of Horse Racing in Ireland. HRI subsidiaries include Irish Thoroughbred Marketing Ltd (ITM), Tote Ireland Ltd and HRI Racecourses Ltd (Leopardstown Racecourse, Fairyhouse Racecourse, Navan Racecourse, Tipperary Racecourse and Leopardstown Golf Centre). Further information regarding HRI and subsidiaries is available online at http://www.hri.ie/. Cork Racecourse Mallow, while not a subsidiary of Horse Racing Ireland, is closely affiliated with HRI Racecourses Ltd.
HRI Racecourses reserves the right to avail of this Framework for any other racecourse that may fall within its administration during the lifetime of the Framework.
The Contracting Authority are seeking suitably resourced providers for the supply, hire, delivery, installation and onsite support of mobile video screens and audio-visual equipment & related services.
It is anticipated that a multi-party framework agreement of four years’ duration will be entered into with the successful tenderers for the supply, hire, delivery, installation and onsite support of video screens and audio-visual equipment and related services to the Contracting Authority
Please refer to the attached tender documents for a detailed specification.
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: 400000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
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

III.2.2)

Contract performance conditions

A grouping, if successful, may be required to contract as a single entity having joint and several liability but subject to the agreement of the contracting parties. If it is proposed to sub-contract the delivery of any portion of the contract, it may be a condition of award of contract that both the service provider and any proposed subcontractor enter simultaneously into a collateral warranty with the contracting authority for the relevant portion of 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 several operators
Envisaged maximum number of participants to the framework agreement:  3
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  06/03/2020
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

Tender must be valid until:  06/03/2021
IV.2.7)

Conditions for opening of tenders

Date:  06/03/2020
Local time:  12:00

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.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
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 agreement 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 greement (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