Contract award notice

Information

Published

Date of dispatch of this notice: 10/05/2022

External Reference: 2022-234754

TED Reference: 2022/S 093-254420

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) on behalf of the Irish Horseracing Regulatory Board
N/A
Ballymany
Co Kildare
The Curragh
IE
Contact person: Sarah Barthel
Telephone: +353 45455662
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://ihrb.ie

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 AN INTEGRITY SECURITY SYSTEM INCLUDING CCTV INSTALLATION AND MAINTENANCE SERVICES IN IRISH RACECOURSE STABLE YARDS ON BEHALF OF THE IRISH HORSERACING
Reference number:  Integrity Security System
II.1.2)

Main CPV code

35120000  -  Surveillance and security systems and devices
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The Irish Horseracing Regulatory Board (IHRB) is the contracting authority. The IHRB is a company limited by guarantee set up by the Turf Club (established 1790) and Irish National Hunt Steeplechase Committee (the INHSC) (established 1866) as the Regulatory Body for horseracing in Ireland. The Turf Club and the INHSC are the organisations that for over 200 years have been responsible for the integrity and the reputation of Irish racing both in Ireland and internationally.
The IHRB is now seeking tender responses from suitably qualified service providers to install high quality, Integrity Security Camera System to stable yards at racecourses in Ireland. Please refer to the attached documents 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:  1477000.00  EUR
II.2)

Description

II.2.2)

Additional CPV code(s)

32235000  -  Closed-circuit surveillance system
32323500  -  Video-surveillance system
35121000  -  Security equipment
35121300  -  Security fittings
35125000  -  Surveillance system
35125300  -  Security cameras
48730000  -  Security software package
50610000  -  Repair and maintenance services of security equipment
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Ireland
II.2.4)

Description of the procurement

The Irish Horseracing Regulatory Board (IHRB) is the contracting authority. The IHRB is a company limited by guarantee set up by the Turf Club (established 1790) and Irish National Hunt Steeplechase Committee (the INHSC) (established 1866) as the Regulatory Body for horseracing in Ireland. The Turf Club and the INHSC are the organisations that for over 200 years have been responsible for the integrity and the reputation of Irish racing both in Ireland and internationally.
The IHRB is now seeking tender responses from suitably qualified service providers to install high quality, Integrity Security Camera System to stable yards at racecourses in Ireland. The offered solutions must include a remote camera reviewing solution located at the IHRB premises for video content generated during racing days and portable viewing devices for the on course security staff. The tenderer is invited to propose innovative solutions to meet the requirements in term of technology and backhauling video content. The contracting authority is open to consider deployment options around items such as the use of local recording equipment, networking systems and cloud-based storage systems. The cameras will be limited to public areas of the stable yards. This document provides an outline of the key objectives and requirements that should be considered in the response. Please refer to the attached documents for a detailed specification
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  A1 Installation and Operational Requirements  /  Weighting:  4
Quality criterion  -  Name:  A2 Camera Specifications  /  Weighting:  6
Quality criterion  -  Name:  A3 Camera - Increased Specifications  /  Weighting:  1
Quality criterion  -  Name:  A4 File Transfer to Storage  /  Weighting:  5
Quality criterion  -  Name:  A5 Access to File Storage Solution  /  Weighting:  2
Quality criterion  -  Name:  A6 Archive Solution  /  Weighting:  8
Quality criterion  -  Name:  A7 Access to Archival Storage  /  Weighting:  7
Quality criterion  -  Name:  A8 Feeds - Access and Equipment  /  Weighting:  5
Quality criterion  -  Name:  A9 Innovative concepts  /  Weighting:  2
Quality criterion  -  Name:  B1 Resource Allocation and Installation Schedule  /  Weighting:  3
Quality criterion  -  Name:  B2 Effective Communications  /  Weighting:  2
Quality criterion  -  Name:  C Contract Management Methodology and Warranty  /  Weighting:  5
Quality criterion  -  Name:  E1 Spares Holding and turnaround Time  /  Weighting:  3
Quality criterion  -  Name:  E2 Testing and Training  /  Weighting:  2
Quality criterion  -  Name:  E3 Documentation  /  Weighting:  5
Quality criterion  -  Name:  F Health and Safety  /  Weighting:  5
Price  -  Weighting:  35
II.2.11)

Information about options

Options: yes
Description of options:
Please refer to the attached tender documents
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: 2021/S 089-228172

Section V: Award of contract

Contract No: 1

Title: SINGLE PARTY FRAMEWORK FOR THE PROVISION OF AN INTEGRITY SECURITY SYSTEM INCLUDING CCTV INSTALLATION AND MAINTENANCE SERVICES IN IRISH RACECOURSE STABLE YARDS ON BEHALF OF THE IRISH HORSERACING

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

Award of contract

V.2.1)

Date of conclusion of the contract

29/03/2022
V.2.2)

Information about tenders

Number of tenders received:  11
Number of tenders received from tenderers from other EU Member States:  1
Number of tenders received by electronic means:  11
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Mongey Communications
8217711N
Unit Y, M7 Business Park
Naas
Newhall
IE
Telephone: +353 45897450
Fax: +353 45875791
NUTS code:  IE -  IRELAND
Internet address: http://www.mongey.ie

The contractor is an SME : yes
V.2.4)

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

Initial estimated total value of the contract/lot:  1477000.00  EUR
Total value of the contract/lot:  1477000.00  EUR

Section VI: Complementary information

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 contract will be subject to the approval of the competent authorities.
5) It will be a condition of establishment that tenderers 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 framework agreement 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
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 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
Ireland
IE