Contract notice

Information

Published

Date of dispatch of this notice: 27/07/2021

Expire date: 26/08/2021

External Reference: 2021-261463

TED Reference: 2021/S 146-387783

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
NUTS code:  IE -  IRELAND
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=194372&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

SINGLE PARTY FRAMEWORK AGREEMENT FOR THE PROVISION OF SECURITY SERVICES AND INSTALLATION OF A SECURITY SYSTEM TO HRI RACECOURSES
Reference number:  Security Services
II.1.2)

Main CPV code

79710000  -  Security services
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 2001. Its mission is to develop and promote Ireland as a world centre of excellence for horse racing and breeding. 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. Cork Racecourse Mallow Limited and Curragh Racecourse Limited while not subsidiaries of Horse Racing Ireland, are closely affiliated with HRI Racecourses Ltd. The Contracting Authority reserves the right to use the contract for any other business venture falling under its remit.
HRI Racecourses requires the provision of a comprehensive security service at its racecourses.
Please refer to the attached questionnaire for specification.
II.1.5)

Estimated total value

Value excluding VAT: 1200000.00  EUR
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

35120000  -  Surveillance and security systems and devices
35121000  -  Security equipment
35125300  -  Security cameras
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
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 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. Cork Racecourse Mallow Limited and Curragh Racecourse Limited while not subsidiaries of Horse Racing Ireland, are closely affiliated with HRI Racecourses Ltd. The Contracting Authority reserves the right to use the contract for any other business venture falling under its remit.
HRI Racecourses requires the provision of a comprehensive security service at its racecourses.
Initially the services for event day and non-event day security services will only be drawn down by Leopardstown and Fairyhouse racecourse. While a new security system will initially be required by Leopardstown Racecourse only. However, it is anticipated that Fairyhouse Racecourse will draw down a security system at a later stage. However, there is no guarantee of any spend at this stage.
Please refer to the attached questionnaire for 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: 1200000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 72
This contract is subject to renewal: yes
Description of renewals:  
This framework agreement will have a maximum potential duration of six (6) years. In the first instance, it is anticipated that a contract of two (2) years duration with an option to extend on an annual basis up to a maximum of six (6) 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 questionnaire
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

Restricted 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
In the case of framework agreements, provide justification for any duration exceeding 4 years:  Candidates should be aware that the services sought fall within Annex XIV of Directive 2014/24/EU on public procurement. The Contracting Authority will employ a procedure analogous to the restricted procedure in Directive 2014/24/EU but with some modifications. Please refer to the attached questionnaire.
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:  26/08/2021
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 15/10/2021
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)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
6 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 website (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 candidates and all subcontractors 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
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.2)

Body responsible for mediation procedures

Please consult your legal advisor
Dublin
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 contract (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 the reviewable public contract.
VI.4.4)

Service from which information about the review procedure may be obtained

Please consult your legal advisor
Dublin
IE