Contract notice

Information

Published

Date of dispatch of this notice: 21/01/2020

Expire date: 25/02/2020

External Reference: 2020-284503

TED Reference: 2020/S 017-036712

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=161169&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 WAN Connectivity to Government Networks and a Dedicated Connection to Primary Data Centre to Horse Racing Ireland & Subsidiaries
[Fileref]:  WAN Connectivity & DC
II.1.2)

[CpvMain]

72400000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

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.
Horse Racing Ireland has three connections which this tender process is looking to replace.
Each connection is terminated at a vender supplier router and then connected into Horse Racing Ireland equipment.
Please refer to the attached invitation to tender document for a detailed specification of requirements
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 450000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [No]
II.2)

[Description]

II.2.2)

[CpvAdditional]

32430000  - 
32510000  - 
32520000  - 
32524000  - 
50332000  - 
72315000  - 
72315200  - 
72410000  - 
72411000  - 
72415000  - 
72511000  - 
72720000  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Ireland
II.2.4)

[DescrProcurement]

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.
Horse Racing Ireland has three connections which this tender process is looking to replace.
Each connection is terminated at a vender supplier router and then connected into Horse Racing Ireland equipment.
• The primary connection to Government networks is a 100Mb fibre connection, terminating by a Cisco 4431 router.
• The secondary connection to Government networks is a 20Mb licensed wireless connection termination on a supplier supplied OneAccess ONE50
• The dedication connection to the data centre is a 30Mb connection over fibre, terminated on both sides by a Cisco 2921 router.
Please refer to the attached invitation to tender document for a detailed specification of requirement
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 450000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 180
[RenewalsSubject]: [Yes]
[RenewalsDescr]:  
In the first instance, a contract of five (5) years’ duration with an option to extend on an annual basis up to a maximum of fifteen (15) years will be awarded to the successful tenderer emerging form this competitive process.
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 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 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]

[ProctypeOpen]
IV.1.8)

[GpaInfo]

[GpaCovered] : [Yes]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  25/02/2020
[Time]:  12:00
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  25/02/2021
IV.2.7)

[OpeningConditions]

[Date]:  25/02/2020
[Time]:  12:00

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

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

[InfoEworkflow]

[EinvoicingUsed]
[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
Ireland
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
Ireland
IE