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.
Deadline
The time limit for receipt of tenders was 2019-06-07.
The procurement was published on 2019-05-03.
Object Scope of the procurement
Title:
โContract for the Provision of a Financial Management System to Horse Racing Ireland and Subsidiaries
FINANCIAL MANAGEMENT SYSTEMโ
Products/services: Financial analysis and accounting software package๐ฆ
Short description:
โHorse Racing Ireland (HRI) was established by the Irish Government under the Horse and Greyhound Racing Act 2001 and the Irish Horseracing Industry Act...โ
Short description
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.
Show more
Estimated value excluding VAT: EUR 1 100 000 ๐ฐ
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 200 000 EUR 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 yearโs 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.
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 1 100 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 180
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals:
โThe maximum potential duration of the contract is 15 years.
Please refer to the attached pre-qualification questionnaire for more details.โ Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates: Please refer to the attached pre-qualification questionnaire.
Information about options
Options โ
Description of options:
โThe Contracting Authority intends to conclude a โContract with Optionsโ with the successful tenderer emerging from this competitive process. By this it is...โ
Description of options
The Contracting Authority intends to conclude a โContract with Optionsโ 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 (โcore servicesโ) from the successful tenderer but reserves the right to purchase, as the need arises, additional services (โoptionsโ) 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.
Legal, economic, financial and technical information Conditions for participation
List and brief description of conditions:
โA 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...โ
List and brief description of conditions
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 subcontract 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.
Show more Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Procedure Type of procedure
Restricted procedure
Administrative information
Previous publication concerning this procedure: 2018/S 216-493969
Time limit for receipt of tenders or requests to participate: 2019-06-07
12:00 ๐
Estimated date of dispatch of invitations to tender or to participate to selected candidates: 2019-07-01 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
Complementary information Information about recurrence
This is a recurrent procurement โ
Estimated timing for further notices to be published: 15 years.
Information about electronic workflows
Electronic payment will be used
Additional information
โ1) Interested parties must register their interest on the eTenders website (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 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 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
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง
URL: http://www.courts.ie๐ Body responsible for mediation procedures
Name: Please consult your legal advisor
Postal town: Dublin
Country: Ireland ๐ฎ๐ช 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 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.
Show more Service from which information about the review procedure may be obtained
Name: Please consult your legal advisor
Postal town: Dublin
Country: Ireland ๐ฎ๐ช
Source: OJS 2019/S 088-211055 (2019-05-03)