Contract award notice

Information

Published

Date of dispatch of this notice: 03/11/2020

External Reference: 2020-246240

TED Reference: 2020/S 217-532634

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: Fergal Doyle
Telephone: +353 45455485
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

Cash in Transit Services
Reference number:  HRIDEC19FD/1
II.1.2)

Main CPV code

79710000  -  Security services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Tote Ireland, Horse Racing Ireland & HRI Racecourses Ltd require the provision of cash in transit services for numerous locations throughout Ireland.
The substantial majority of work awarded under this framework agreement will relate to Tote Ireland at Irish racecourses. Tote requires the provision of secure cash in transit services to and from all 23 racecourses in the Republic of Ireland.
Horse Racing Ireland and HRI Racecourses Ltd (Leopardstown Club Ltd, Navan, Fairyhouse, Tipperary & Cork) have further cash in transit requirements. The tender documentation details the contracting authorities full requirements.
II.1.6)

Information about lots

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

Total value of the procurement

Value excluding VAT:  600000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

60100000  -  Road transport services
66110000  -  Banking services
66133000  -  Processing and clearing services
75241000  -  Public security services
II.2.4)

Description of the procurement

Tote Ireland, Horse Racing Ireland & HRI Racecourses Ltd require the provision of cash in transit services for numerous locations throughout Ireland.
The substantial majority of work awarded under this framework agreement will relate to Tote Ireland at Irish racecourses. Tote requires the provision of secure cash in transit services to and from all 23 racecourses in the Republic of Ireland.
Horse Racing Ireland and HRI Racecourses Ltd (Leopardstown Club Ltd, Navan, Fairyhouse, Tipperary & Cork) have further cash in transit requirements. The tender documentation details the contracting authorities full requirements.
To attain a copy of this documentation, please submit details of your PSA Licencing relating to Cash in Transit Services through the messaging facility on E-Tenders. As part of your message please include details of your Name/Trade Name/Licence Number/Expiry Date when requesting the tender documentation. Only tenderers with valid PSA Licences relating to Cash in Transit Services will be given the tender documentation.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Proposed Methodology for Service Delivery  /  Weighting:  3000
Quality criterion  -  Name:  Proposed Contract Management Methodology  /  Weighting:  1500
Quality criterion  -  Name:  Reliability and Continuity of Service Delivery  /  Weighting:  1500
Quality criterion  -  Name:  Innovation and Value Add  /  Weighting:  1000
Cost criterion  -  Name:  Ultimate Cost  /  Weighting:  3000
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: 2019/S 242-594839

Section V: Award of contract

Contract No: 1

Title: Cash in Transit Services

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

Award of contract

V.2.1)

Date of conclusion of the contract

23/04/2020
V.2.2)

Information about tenders

Number of tenders received:  2
Number of tenders received from SMEs:  1
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

Brinks Cash Services Ireland
Bluebell Avenue, Bluebell Ind Est Dublin 12
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:  600000.00  EUR
Lowest offer:  159000.00  EUR / Highest offer:  169000.00  EUR   taken into consideration

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 contract will be subject to the approval of the competent authorities;
5) It will be a condition of establishment that candidates 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 contract following the conclusion of this competitive process, the contracting authority reserves the right to invite the next highest scoring tenderer to join the contract 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 contract 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
Internet address: www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
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