Tote Ireland, Horse Racing Ireland and HRI Racecourses Ltd require the provision of cash in transit services for numerous locations throughout Ireland.
The substantial majority of work awarded under this framework agreement will relate to Tote Ireland at Irish racecourses. Tote requires the provision of secure cash in transit services to and from all 23 racecourses in the Republic of Ireland.
Horse Racing Ireland and HRI Racecourses Ltd (Leopardstown Club Ltd, Navan, Fairyhouse, Tipperary and Cork) have further cash in transit requirements. The tender documentation details the contracting authorities full requirements.
Deadline
The time limit for receipt of tenders was 2020-01-16.
The procurement was published on 2019-12-11.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title: Cash in Transit Services
HRIDEC19FD/1
Products/services: Security services๐ฆ
Short description:
โTote Ireland, Horse Racing Ireland and HRI Racecourses Ltd require the provision of cash in transit services for numerous locations throughout Ireland.
The...โ
Short description
Tote Ireland, Horse Racing Ireland and HRI Racecourses Ltd require the provision of cash in transit services for numerous locations throughout Ireland.
The substantial majority of work awarded under this framework agreement will relate to Tote Ireland at Irish racecourses. Tote requires the provision of secure cash in transit services to and from all 23 racecourses in the Republic of Ireland.
Horse Racing Ireland and HRI Racecourses Ltd (Leopardstown Club Ltd, Navan, Fairyhouse, Tipperary and Cork) have further cash in transit requirements. The tender documentation details the contracting authorities full requirements.
Show more
Estimated value excluding VAT: EUR 3 000 000 ๐ฐ
1๏ธโฃ
Additional products/services: Road transport services๐ฆ
Additional products/services: Banking services๐ฆ
Additional products/services: Processing and clearing services๐ฆ
Additional products/services: Public security services๐ฆ
Place of performance: รire/Ireland๐๏ธ
Description of the procurement:
โTote Ireland, Horse Racing Ireland and HRI Racecourses Ltd require the provision of cash in transit services for numerous locations throughout Ireland.
The...โ
Description of the procurement
Tote Ireland, Horse Racing Ireland and HRI Racecourses Ltd require the provision of cash in transit services for numerous locations throughout Ireland.
The substantial majority of work awarded under this framework agreement will relate to Tote Ireland at Irish racecourses. Tote requires the provision of secure cash in transit services to and from all 23 racecourses in the Republic of Ireland.
Horse Racing Ireland and HRI Racecourses Ltd (Leopardstown Club Ltd, Navan, Fairyhouse, Tipperary and Cork) have further cash in transit requirements. The tender documentation details the contracting authorities full requirements.
To attain a copy of this documentation, please submit details of your PSA Licencing relating to cash in transit services through the messaging facility on eTenders. As part of your message please include details of your name/trade name/licence number/expiry date when requesting the tender documentation. Only tenderers with valid PSA licences relating to cash in transit services will be given the tender documentation.
Show more Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
Scope of the procurement
Estimated total value excluding VAT: EUR 500 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 48
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals:
โThis contract will be awarded for an initial period of approximately 2 years. It is envisioned that any and all extensions awarded will be for a period of...โ
Description of renewals
This contract will be awarded for an initial period of approximately 2 years. It is envisioned that any and all extensions awarded will be for a period of at least one year; however, the precise duration of any extension will depend upon the nature of HRIโs requirements at that point in time. The maximum potential duration of the contract is four (4) years.
Legal, economic, financial and technical information Economic and financial standing
Selection criteria as stated in the procurement documents
Information about a particular profession
Reserved to a particular profession
Reference to the relevant law, regulation or administrative provision: Cash in transit providers licenced by the PSA.
Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Procedure Type of procedure
Open procedure
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator
Administrative information
Previous publication concerning this procedure: 2017/S 075-145365
Time limit for receipt of tenders or requests to participate: 2020-01-16
12:00 ๐
Languages in which tenders or requests to participate may be submitted: English ๐ฃ๏ธ
The time frame below is expressed in number of months.
Minimum time frame during which the tenderer must maintain the tender: 12
Conditions for opening of tenders: 2020-01-22
00:00 ๐
Complementary information Information about recurrence
This is a recurrent procurement โ
Estimated timing for further notices to be published: 48 months.
Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
Additional information
โ1) Interested parties must register their interest on the eTenders web site (www.etenders.gov.ie) in order to be included on the mailing list for...โ
1) Interested parties must register their interest on the eTenders web site (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 โor equivalentโ 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.
Show more Review body
Name: The High Court
Postal address: Four Court, Inns Quay
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
E-mail: highcourtcentraloffice@courts.ie๐ง
URL: www.courts.ie๐ Review procedure
Precise information on deadline(s) for review procedures:
โStatutory 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...โ
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 framework agreement (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 that framework agreement and reviewable public contract.
Show more
Source: OJS 2019/S 242-594839 (2019-12-11)
Contract award notice (2020-11-03) Contracting authority Name and addresses
Postal address: The Curragh, Co. Kildare
Postal town: Ballymany
Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 600 000 ๐ฐ
Description
Description of the procurement:
โTote Ireland, Horse Racing Ireland and HRI Racecourses Ltd require the provision of cash in transit services for numerous locations throughout Ireland.
The...โ
Description of the procurement
Tote Ireland, Horse Racing Ireland and HRI Racecourses Ltd require the provision of cash in transit services for numerous locations throughout Ireland.
The substantial majority of work awarded under this framework agreement will relate to Tote Ireland at Irish racecourses. Tote requires the provision of secure cash in transit services to and from all 23 racecourses in the Republic of Ireland.
Horse Racing Ireland and HRI Racecourses Ltd (Leopardstown Club Ltd, Navan, Fairyhouse, Tipperary & Cork) have further cash in transit requirements. The tender documentation details the contracting authorities full requirements.
To attain a copy of this documentation, please submit details of your PSA Licencing relating to Cash in Transit Services through the messaging facility on E-Tenders. As part of your message please include details of your Name/Trade Name/Licence Number/Expiry Date when requesting the tender documentation. Only tenderers with valid PSA Licences relating to Cash in Transit Services will be given the tender documentation.
Show more Award criteria
Quality criterion (name): Proposed Methodology for Service Delivery
Quality criterion (weighting): 3000
Quality criterion (name): Proposed Contract Management Methodology
Quality criterion (weighting): 1500
Quality criterion (name): Reliability and Continuity of Service Delivery
Quality criterion (name): Innovation and Value Add
Quality criterion (weighting): 1000
Cost criterion (name): Ultimate Cost
Cost criterion (weighting): 3000
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2019/S 242-594839
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Cash in Transit Services
Date of conclusion of the contract: 2020-04-23 ๐
Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
Name and address of the contractor
Name: Brinks Cash Services Ireland
Postal town: Bluebell Avenue, Bluebell Ind Est Dublin 12
Country: Ireland ๐ฎ๐ช
Region: รire/Ireland๐๏ธ
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 600 000 ๐ฐ
Currency code: EUR ๐ฐ
Lowest offer: 159000.00
Highest offer: 169000.00
Complementary information Review procedure
Precise information on deadline(s) for review procedures:
โPrecise information on deadline(s) for review procedures:
Statutory Instrument N 130 of 2010 (the Irish Remedies Regulations) provides that review...โ
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
Statutory Instrument N 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 framework agreement(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 that framework agreement and reviewable public contract
Show more
Source: OJS 2020/S 217-532634 (2020-11-03)