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 3 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.
Deadline
The time limit for receipt of tenders was 2020-02-25.
The procurement was published on 2020-01-21.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
“Contract for WAN Connectivity to Government Networks and a Dedicated Connection to Primary Data Centre to Horse Racing Ireland and Subsidiaries
WAN Connectivity & DC”
Title
Contract for WAN Connectivity to Government Networks and a Dedicated Connection to Primary Data Centre to Horse Racing Ireland and Subsidiaries
WAN Connectivity & DC
Show more
Products/services: Internet services📦
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...”
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 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 3 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.
Show more
Estimated value excluding VAT: EUR 450 000 💰
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 Race courses.
Horse Racing Ireland has 3 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 100 Mb fibre connection, terminating by a Cisco 4431 router,
— the secondary connection to Government networks is a 20 Mb licensed wireless connection termination on a supplier supplied OneAccess ONE50,
— the dedication connection to the data centre is a 30 Mb 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.
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 450 000 💰
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 ✅ Description
Description of renewals:
“In the first instance, a contract of 5 years’ duration with an option to extend on an annual basis up to a maximum of 15 years will be awarded to the...”
Description of renewals
In the first instance, a contract of 5 years’ duration with an option to extend on an annual basis up to a maximum of 15 years will be awarded to the successful tenderer emerging form this competitive process.
Show more Information about options
Options ✅
Description of options:
“The contracting authority intends to conclude a ‘Contract with Options’ with the successful tenderer emerging from this competitive process. By this it is...”
Description of options
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.
Legal, economic, financial and technical information Conditions for participation
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...”
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
Procedure Type of procedure
Open procedure
Administrative information
Time limit for receipt of tenders or requests to participate: 2020-02-25
12:00 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
Tender must be valid until: 2021-02-25 📅
Conditions for opening of tenders: 2020-02-25
12:00 📅
Complementary information Information about recurrence
This is a recurrent procurement ✅
Estimated timing for further notices to be published: 15 years.
Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
Additional information
“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...”
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 ‘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.
Show more Review body
Name: The High Court
Postal address: Four Court, Inns Quay
Postal town: Dublin
Country: Ireland 🇮🇪
Phone: +353 18886000📞
E-mail: highcourtcentraloffice@courts.ie📧
URL: http://www.courts.ie🌏 Review procedure
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...”
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 017-036712 (2020-01-21)
Contract award notice (2021-03-29) Object Scope of the procurement
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...”
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 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.
Show more
Total value of the procurement (excluding VAT): EUR 430 000 💰
Description
Description of the procurement:
“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...”
Description of the procurement
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 100 Mb fibre connection, terminating by a Cisco 4431 router;
• the secondary connection to Government networks is a 20 Mb 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.
Show more Award criteria
Quality criterion (name): Fitness for purpose of proposed solution
Quality criterion (weighting): 40
Quality criterion (name): Technical merit of resources proposed
Quality criterion (weighting): 5
Quality criterion (name): Contract management and service deliverables
Quality criterion (weighting): 10
Quality criterion (name): Innovation and value add
Quality criterion (name): Reliability and continuity of service
Price (weighting): 35
Procedure Administrative information
Previous publication concerning this procedure: 2020/S 017-036712
Award of contract
1️⃣
Contract Number: 1
Title:
“Contract for WAN Connectivity to Government Networks and a Dedicated Connection to Primary Data Centre to Horse Racing Ireland and Subsidiaries”
Date of conclusion of the contract: 2020-10-04 📅
Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
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: eircom
National registration number: 98789
Postal address: 2022 Bianconi Avenue, Citywest Business Campus
Postal town: Dublin 24
Country: Ireland 🇮🇪
Phone: +353 851744917📞
E-mail: noeline.hogg@eir.ie📧
Fax: +353 14600282 📠
Region: Éire/Ireland🏙️
URL: http://www.eir.ie🌏
The contractor is an SME
Information on value of the contract/lot (excluding VAT)
Estimated total value of the contract/lot: EUR 430 000 💰
Total value of the contract/lot: EUR 430 000 💰
Complementary information Additional information
“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...”
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.
Show more Body responsible for mediation procedures
Name: Please consult your legal advisor
Postal town: Ireland
Country: Ireland 🇮🇪 Service from which information about the review procedure may be obtained
Name: Please consult your legal advisor
Postal town: Ireland
Country: Ireland 🇮🇪
Source: OJS 2021/S 065-168014 (2021-03-29)