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. 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 Limited 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 Racecourses requires the provision of a comprehensive security service at its racecourses.
Please refer to the attached questionnaire for specification.
Deadline
The time limit for receipt of tenders was 2021-08-26.
The procurement was published on 2021-07-27.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
“Single Party Framework Agreement for the Provision of Security Services and Installation of a Security System to HRI Racecourses
Security Services”
Products/services: Security 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. 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 Limited 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 Racecourses requires the provision of a comprehensive security service at its racecourses.
Please refer to the attached questionnaire for specification.
Show more
Estimated value excluding VAT: EUR 1 200 000 💰
1️⃣
Additional products/services: Surveillance and security systems and devices📦
Additional products/services: Security equipment📦
Additional products/services: Security cameras📦
Place of performance: Éire/Ireland🏙️
Main site or place of performance: Ireland.
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 and Leopardstown Golf Course. Cork Racecourse Mallow Limited 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 Racecourses requires the provision of a comprehensive security service at its racecourses.
Initially the services for event day and non-event day security services will only be drawn down by Leopardstown and Fairyhouse racecourse. While a new security system will initially be required by Leopardstown Racecourse only. However, it is anticipated that Fairyhouse Racecourse will draw down a security system at a later stage. However, there is no guarantee of any spend at this stage.
Please refer to the attached questionnaire for 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 1 200 000 💰
Duration of the contract, framework agreement or dynamic purchasing system
The time frame below is expressed in number of months.
Description
Duration: 72
Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal ✅ Description
Description of renewals:
“This framework agreement will have a maximum potential duration of six (6) years. In the first instance, it is anticipated that a contract of two (2) years...”
Description of renewals
This framework agreement will have a maximum potential duration of six (6) years. In the first instance, it is anticipated that a contract of two (2) years duration with an option to extend on an annual basis up to a maximum of six (6) years will be awarded to the successful tenderer emerging from this competitive process.
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: Please refer to the attached questionnaire.
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
Procedure Type of procedure
Restricted procedure
Information about a framework agreement or a dynamic purchasing system
Framework agreement with a single operator
Description
In the case of framework agreements, provide justification for any duration exceeding 8 years:
“Candidates should be aware that the services sought fall within Annex XIV of Directive 2014/24/EU on public procurement. The Contracting Authority will...”
In the case of framework agreements, provide justification for any duration exceeding 8 years
Candidates should be aware that the services sought fall within Annex XIV of Directive 2014/24/EU on public procurement. The Contracting Authority will employ a procedure analogous to the restricted procedure in Directive 2014/24/EU but with some modifications. Please refer to the attached questionnaire.
Show more Administrative information
Time limit for receipt of tenders or requests to participate: 2021-08-26
12:00 📅
Estimated date of dispatch of invitations to tender or to participate to selected candidates: 2021-10-15 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
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 ✅
Estimated timing for further notices to be published: 6 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 framework 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🌏 Body responsible for mediation procedures
Name: Please consult your legal advisor
Postal town: Dublin
Country: Ireland 🇮🇪 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 Service from which information about the review procedure may be obtained
Name: Please consult your legal advisor
Postal town: Dublin
Country: Ireland 🇮🇪
Source: OJS 2021/S 146-387783 (2021-07-27)
Contract award notice (2023-10-26) Contracting authority Name and addresses
Postal town: Co Kildare
Object Scope of the procurement
Title:
“SINGLE PARTY FRAMEWORK AGREEMENT FOR THE PROVISION OF SECURITY SERVICES AND INSTALLATION OF A SECURITY SYSTEM TO HRI RACECOURSES
Security 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. 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 Limited and Curragh Racecourse Limited 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 Racecourses requires the provision of a comprehensive security service at its racecourses.
Please refer to the attached questionnaire for specification.
Show more
Total value of the procurement (excluding VAT): EUR 1 200 000 💰
Description
Main site or place of performance: Ireland
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 and Leopardstown Golf Course. Cork Racecourse Mallow Limited and Curragh Racecourse Limited 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 Racecourses requires the provision of a comprehensive security service at its racecourses.
Initially the services for event day and non-event day security services will only be drawn down by Leopardstown and Fairyhouse racecourse. While a new security system will initially be required by Leopardstown Racecourse only. However, it is anticipated that Fairyhouse Racecourse will draw down a security system at a later stage. However, there is no guarantee of any spend at this stage.
Please refer to the attached questionnaire for specification.
Show more Award criteria
Quality criterion (name): Proposed Methodology for the Delivery of the Service
Quality criterion (weighting): 15
Quality criterion (name): Technical quality of proposed security system
Quality criterion (weighting): 10
Quality criterion (name): Process of Supervision Proposed
Quality criterion (weighting): 5
Quality criterion (name): Proposed Contract Management Methodology
Quality criterion (name): Innovation and value add
Price (weighting): 60
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2021/S 146-387783
Award of contract
1️⃣
Contract Number: 1
Title:
“SINGLE PARTY FRAMEWORK AGREEMENT FOR THE PROVISION OF SECURITY SERVICES AND INSTALLATION OF A SECURITY SYSTEM TO HRI RACECOURSES”
Date of conclusion of the contract: 2022-04-21 📅
Information about tenders
Number of tenders received: 1
Number of tenders received by electronic means: 1
Name and address of the contractor
Name: Manguard Plus Limited
National registration number: IE169545V
Postal address: Manguard Plus Ltd , W7F Tougher's Business Park,
Postal town: Newbridge
Postal code: Kildare
Country: Ireland 🇮🇪
Phone: +353 879224195📞
E-mail: garrybergin@manguardplus.com📧
Region: Éire/Ireland🏙️
URL: http://www.manguardplus.ie🌏
The contractor is an SME ✅ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 1 200 000 💰
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 framework 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
Source: OJS 2023/S 210-664921 (2023-10-26)