Contract notice

Information

Published

Date of dispatch of this notice: 03/05/2019

Expire date: 07/06/2019

External Reference: 2019-221933

TED Reference: 2019/S 088-211055

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

Horse Racing Ireland (HRI)
N/A
Ballymany
Co Kildare
The Curragh
IE
[Contactpoint]: Sarah Barthel
[AddressPhone]: +353 45455662
[AddressEmail]: sbarthel@hri.ie
[Internets]:
I.2)

[JointProcurement]

[JointProcurementCentral]
I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=146554&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypePublicbody]
I.5)

[Mainactivity]

[MainactivCulture]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

CONTRACT FOR THE PROVISION OF A FINANCIAL MANAGEMENT SYSTEM TO HORSE RACING IRELAND AND SUBSIDIARIES
[Fileref]:  FINANCIAL MANAGEMENT SYSTEM
II.1.2)

[CpvMain]

48440000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

Horse Racing Ireland (HRI) was established by the Irish Government under the Horse and Greyhound Racing Act 2001 and the Irish Horseracing Industry Act 1994. HRI subsidiaries include Irish Thoroughbred Marketing Ltd. (ITM), Tote Ireland Ltd; and HRI Racecourses Ltd; consisting of Leopardstown Racecourse, Fairyhouse Racecourse, Navan Racecourse, Tipperary Racecourse and Leopardstown Golf Centre. HRI headquarters are located in Ballymany, Newbridge, Co Kildare.
The Contracting Authority is publishing a request for tenders to companies that can supply, install, integrate, customise, maintain, upgrade and support a Finance Management System (FMS) and associated processes.
For detailed specification, please refer to the attached document.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 1100000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

48000000  - 
48311100  - 
48442000  - 
48443000  - 
48444000  - 
48444100  - 
48780000  - 
48781000  - 
48800000  - 
48810000  - 
48812000  - 
48900000  - 
50324100  - 
72224100  - 
72250000  - 
72253200  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Kildare
II.2.4)

[DescrProcurement]

Horse Racing Ireland (HRI) was established by the Irish Government under the Horse and Greyhound Racing Act 2001 and the Irish Horseracing Industry Act 1994. It is a commercial semi-state body that 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; consisting of Leopardstown Racecourse, Fairyhouse Racecourse, Navan Racecourse, Tipperary Racecourse and Leopardstown Golf Centre. HRI headquarters are located in Ballymany, Newbridge, Co Kildare.
The Contracting Authority reserves the right to utilise this contract for other industry stakeholders such as the Irish Horseracing Regulatory Board (IHRB). Further information on this will be published in the Options section of the Invitation to Tender Document.
The Contracting Authority is publishing a request for tenders to companies that can supply, install, integrate, customise, maintain, upgrade and support a Finance Management System (FMS) and associated processes.
The Contracting Authority would expect the implementation cost of a new FMS to be in the region of €200k plus the annual maintenance and licensing costs.
In the first instance, a contract for the installation of a financial management system will be awarded to the successful tenderer emerging form this competitive process. This will include migration, customisation and UAT. On completion of the new system, it is envisaged that a maintenance contract and associated services of 5 year’s duration will be awarded. The maintenance contract will have the option to be extended up to a maximum of 15 years on an annual basis. Simultaneously, the Contracting authority reserves the right to enter into annual license agreement with the successful tenderer for up to a maximum of 15 years.
For detailed specification, please refer to the attached document.
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 1100000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 180
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
The maximum potential duration of the contract is 15 years.
Please refer to the attached Pre-qualification Questionnaire for more details.
II.2.9)

[LimitOperators]

[EnvisagedMin]: 5  /  [MaxNumber]: 7
[CriteriaChoosingLimited]:
Please refer to the attached pre-qualification questionnaire.
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [No]
II.2.11)

[OptionsInfo]

[Options]: [Yes]
[OptionsDescr]:
The Contracting Authority intends to conclude a “Contract with Options” with the successful tenderer emerging from this competitive process. By this it is meant that the Contracting Authority intends to enter into a contract to purchase a defined quantity of specific services (“core services”) from the successful tenderer but reserves the right to purchase, as the need arises, additional services (“options”) at any point during the lifetime of the contract. The specification of requirements contained in the invitation to tender document issued to successful candidates will clearly differentiate core services from options.
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  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 to enter simultaneously into a collateral warranty with the Contracting Authority for the relevant portion of the contract.
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeRestricted]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.1)

[PubPrevious]

[NumberOj]: 2018/S 216-493969
IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  07/06/2019
[Time]:  12:00
IV.2.3)

[DateDispatchTenderParticipate]

[Date]: 01/07/2019
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DurationMonths] : 12  ([FromStatedDate])

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [Yes]
[FurtherNoticesTiming]:  
15 years
VI.2)

[InfoEworkflow]

[EpaymentUsed]
VI.3)

[InfoAdditional]

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 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)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

The High Court
Four Court, Inns Quay
Dublin
IE
[AddressPhone]: +353 18886000

VI.4.2)

[MediationBody]

Please consult your legal advisor
Dublin
IE

VI.4.3)

[AppealsLodging]

[AppealsDeadline]: 
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)

[AppealsInfo]

Please consult your legal advisor
Dublin
IE