Horse Racing Ireland has a requirement for the provision of services for the design, print and delivery of racecards to HRI/HRI Racecourses. The requirement includes the design of racecards based on data feeds received from HRI in advance of race meetings and, printing and delivery to Cork, Fairyhouse, Leopardstown, Navan and Tipperary racetracks accordingly. Details including a full specification can be found in the attached tender documents.
Deadline
The time limit for receipt of tenders was 2020-01-20.
The procurement was published on 2019-12-16.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
โRacecard Design, Print and Delivery to HRI/HRI Racecourses
Racecard Design Print & Deliveryโ
Products/services: Printing and delivery services๐ฆ
Short description:
โHorse Racing Ireland has a requirement for the provision of services for the design, print and delivery of racecards to HRI/HRI Racecourses. The requirement...โ
Short description
Horse Racing Ireland has a requirement for the provision of services for the design, print and delivery of racecards to HRI/HRI Racecourses. The requirement includes the design of racecards based on data feeds received from HRI in advance of race meetings and, printing and delivery to Cork, Fairyhouse, Leopardstown, Navan and Tipperary racetracks accordingly. Details including a full specification can be found in the attached tender documents.
Show more
Estimated value excluding VAT: EUR 500 000 ๐ฐ
1๏ธโฃ
Additional products/services: Printed matter and related products๐ฆ
Additional products/services: Printed books, brochures and leaflets๐ฆ
Additional products/services: Bespoke printed matter๐ฆ
Additional products/services: Miscellaneous printed matter๐ฆ
Additional products/services: Printing and related services๐ฆ
Additional products/services: Printing services๐ฆ
Additional products/services: Graphic design services๐ฆ
Place of performance: รire/Ireland๐๏ธ
Description of the procurement:
โThe provision of services for the design, print and delivery of racecards to HRI/HRI Racecourses.โ 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:
โThere is an option to renew the initial contract term of 2 years to a maximum of four years, in consecutive 12 month periods.โ
Legal, economic, financial and technical information Economic and financial standing
Selection criteria as stated in the procurement documents
Technical and professional ability
Selection criteria as stated in the procurement documents
Conditions related to the contract
Contract performance 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
Contract performance 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 enter simultaneously into a collateral warranty with the contracting authority for the relevant portion of 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
Time limit for receipt of tenders or requests to participate: 2020-01-20
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: 2020-01-20
12:00 ๐
Complementary information Information about recurrence
This is a recurrent procurement โ
Estimated timing for further notices to be published: 4 years.
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 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 framework will be subject to the approval of the competent authorities;
5) It will be a condition of establishment that tenderers 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 framework following the conclusion of this competitive process, the contracting authority reserves the right to invite the next highest scoring tenderer to join the framework 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 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 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
Postal code: Dublin 1
Country: Ireland ๐ฎ๐ช
Phone: +353 18886000๐
E-mail: highcourtcentraloffice@courts.ie๐ง Body responsible for mediation procedures
Name: Please consult your legal advisor
Postal town: Ireland
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 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 Service from which information about the review procedure may be obtained
Name: Please consult your legal advisor
Postal town: Ireland
Country: Ireland ๐ฎ๐ช
Source: OJS 2019/S 246-606325 (2019-12-16)
Contract award notice (2020-03-20) Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 1 000 000 ๐ฐ
Description
Description of the procurement:
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
Description of the procurement
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 (ITM), Tote Ireland Ltd, Leopardstown racecourse and Gold Centre, Fairyhouse Racecourse, Navan Racecourse and Tipperary Racecourse. The provision of services for the design, print and delivery of racecards to HRI/HRI racecourses.
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2019/S 246-606325
Award of contract
1๏ธโฃ
Contract Number: 1
Title: Racecard Design, Print and Delivery to HRI/HRI Racecourses
Date of conclusion of the contract: 2020-03-02 ๐
Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Name and address of the contractor
Name: Racecard Publishing Ireland Ltd
Postal address: Mell Industrial Estate, Drogheda, Co. Louth
Postal town: Drogheda
Country: Ireland ๐ฎ๐ช
Phone: +353 862542311๐
E-mail: padraic@angloprinters.ie๐ง
Region: รire/Ireland๐๏ธ
URL: www.angloprinters.ie๐
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Currency code: EUR ๐ฐ
Lowest offer: 1000000.00
Highest offer: 1000000.00
Complementary information 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 framework will be subject to the approval of the competent authorities;
5) It will be a condition of establishment that tenderers 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 framework following the conclusion of this competitive process, the contracting authority reserves the right to invite the next highest scoring tenderer to join the framework 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 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 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
Postal town: Dublin 1
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 2020/S 060-144140 (2020-03-20)