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 horse racing industry, the development of authorised racecourses, the administration of prize-money at race fixtures and the control of the operation of authorised bookmakers.
The contracting authority wishes to establish a contract for the provision of legal services to support the delivery of its activities. In this regard it is envisioned that a range of support may be required across a full range of staff (i.e., partner, associate, solicitor, assistant solicitor and trainee).
Please refer to the attached ITT for detailed specification.
Deadline
The time limit for receipt of tenders was 2020-04-08.
The procurement was published on 2020-03-09.
Object Scope of the procurement
Title:
โContract for the Provision of Legal Services to Horse Racing Ireland and Subsidiaries
Legal Servicesโ
Products/services: Legal services๐ฆ
Short description:
โHorse 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...โ
Short description
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 horse racing industry, the development of authorised racecourses, the administration of prize-money at race fixtures and the control of the operation of authorised bookmakers.
The contracting authority wishes to establish a contract for the provision of legal services to support the delivery of its activities. In this regard it is envisioned that a range of support may be required across a full range of staff (i.e., partner, associate, solicitor, assistant solicitor and trainee).
Please refer to the attached ITT for detailed specification.
Show more
Estimated value excluding VAT: EUR 1 500 000 ๐ฐ
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 horse racing 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 and Leopardstown Golf Course. Cork Racecourse Mallow and Curragh Racecourse Ltd while not subsidiaries of Horse Racing Ireland, are closely affiliated with HRI Racecourses Ltd. The contracting authority reserves the right to use the contract for any other business venture falling under its remit.
HRI also work closely with associated/third party racecourses and may require additional legal services in this regard from time to time.
For the purpose of this tendering process the above bodies will act as the contracting authority.
The contracting authority wishes to establish a contract for the provision of legal services to support the delivery of its activities. In this regard it is envisioned that a range of support may be required across a full range of staff (i.e., partner, associate, solicitor, assistant solicitor and trainee). The broad categories in respect of which legal services will be delivered by the successful candidate are as follows:
โ General Corporate Legal Advisory Services,
โ Commercial and Company Law,
โ 2.4 Intellectual Property (incl. media rights) and data protection,
โ litigation/dispute resolution,
โ Real Estate/Property Law,
โ Labour/Employment and Pensions Law,
โ taxation,
โ debt recovery.
Please refer to the attached ITT for detailed specification.
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 1 500 000 ๐ฐ
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 96
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal โ Description
Description of renewals:
โIn the first instance, a contract of four (4) years' duration with an option to extend on an annual basis up to a maximum of eight (8) years will be awarded...โ
Description of renewals
In the first instance, a contract of four (4) years' duration with an option to extend on an annual basis up to a maximum of eight (8) years will be awarded to the successful tenderer emerging from this competitive process. The first 12 months of the initial four (4) year period will be on a probationary period.
Show more 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: Weighted criteria B1 and B2.
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 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
Information about a particular profession
Reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
โThe contracting authority will require a declaration from an authorised official of the candidates organisation confirming that all solicitors proposed for...โ
Reference to the relevant law, regulation or administrative provision
The contracting authority will require a declaration from an authorised official of the candidates organisation confirming that all solicitors proposed for the delivery of services hold current and valid Practising Certificates issued by the Law Society of Ireland in accordance with the Solicitors Act 1954 (as amended) or that they hold an equivalent certificate attesting to their registration with the relevant competent authority in another EU member state.
Procedure Type of procedure
Restricted procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2020-04-08
12:00 ๐
Estimated date of dispatch of invitations to tender or to participate to selected candidates: 2020-05-11 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: 8 years.
Information about electronic workflows
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 contract will be subject to the approval of the competent authorities.
5) It will be a condition of establishment that candidates and all subcontractors 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 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
Source: OJS 2020/S 052-123872 (2020-03-09)