Contract notice

Information

Published

Date of dispatch of this notice: 11/05/2022

Expire date: 10/06/2022

External Reference: 2022-270118

TED Reference: 2022/S 094-259744

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: Diarmuid Parker
Telephone: +353 45455455
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: www.hri.ie

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=213400&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 Travel Management Services to Horse Racing Irelandand Subsidiaries
II.1.2)

Main CPV code

63516000  -  Travel management services
II.1.3)

Type of contract

Services
II.1.4)

Short description

HRI and Subsidiaries wishes to establish a Single Party Framework for a provision of a travel managementservices. Responses are now sought from suitably qualified and experienced service providers for the provisionof travel management services.
This contract is for the supply of but is not limited to the following:
a) Corporate travel booking and reservation services for domestic and international destinations (air)
b) Corporate hotel booking and reservation services
c) Corporate car hire and reservation services
d) Other associated services, including 24 / 7 travel assistance
II.1.5)

Estimated total value

Value excluding VAT: 750000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

LOT 1 – Travel Management Services for HRI Employees
Lot No:  1
II.2.2)

Additional CPV code(s)

63510000  -  Travel agency and similar services
63515000  -  Travel services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

HRI and Subsidiaries wishes to establish a Single Party Framework for a provision of a travel management services for HRI Employees.
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: 700000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
48 month period
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
II.2)

Description

II.2.1)

Title

LOT 2 – Travel Management Services for HRI Clients
Lot No:  2
II.2.2)

Additional CPV code(s)

63510000  -  Travel agency and similar services
63515000  -  Travel services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
II.2.4)

Description of the procurement

HRI and Subsidiaries wishes to establish a Single Party Framework for a provision of a travel management services for HRI Clients.
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: 50000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:  
48 month period
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

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 a single operator
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:  14/06/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English, Irish
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)
IV.2.7)

Conditions for opening of tenders

Date:  14/06/2022
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.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 candidates;
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) At its absolute discretion, the contracting authority may elect to terminate this procurement process or the contract any time;
7) 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;
8) 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, candidates 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: www.courts.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.