Horse Racing Ireland’s (HRI) IT Infrastructure spans several sites and is supported by three HRI permanent staff members. The main HQ is located in Ballymany, The Curragh, Co. Kildare. The majority of the users and IT infrastructure are located at this location. HRI’s remote sites include six racecourses and one golf course, located in Leopardstown (racecourse and golf course), Fairyhouse, Navan, Tipperary, Curragh and Cork. HRI also have a Disaster Recovery site in West Dublin and have IT infrastructure located in another Dublin data centre.
For a detailed description of service, please refer to the attached Invitation to Tender document.
Deadline
The time limit for receipt of tenders was 2022-07-04.
The procurement was published on 2022-05-27.
Suppliers
The following suppliers are mentioned in award decisions or other procurement documents:
Object Scope of the procurement
Title:
“SINGLE PARTY FRAMEWORK FOR THE PROVISON OF NETWORK SECURITY SERVICES TO HORSE RACING IRELAND AND SUBSIDIARIES
NETWORK SECURITY SERVICES”
Products/services: System and support services📦
Short description:
“Horse Racing Ireland’s (HRI) IT Infrastructure spans several sites and is supported by three HRI permanent staff members. The main HQ is located in...”
Short description
Horse Racing Ireland’s (HRI) IT Infrastructure spans several sites and is supported by three HRI permanent staff members. The main HQ is located in Ballymany, The Curragh, Co. Kildare. The majority of the users and IT infrastructure are located at this location. HRI’s remote sites include six racecourses and one golf course, located in Leopardstown (racecourse and golf course), Fairyhouse, Navan, Tipperary, Curragh and Cork. HRI also have a Disaster Recovery site in West Dublin and have IT infrastructure located in another Dublin data centre.
For a detailed description of service, please refer to the attached Invitation to Tender document.
Show more
Estimated value excluding VAT: EUR 800 000 💰
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 Racecourse Division consisting of Leopardstown Racecourse, Fairyhouse Racecourse, Navan Racecourse, Tipperary Racecourse and Leopardstown Golf Centre. HRI Headquarters are located in Ballymany, Newbridge, Co Kildare.
The Curragh Racecourse and Cork Racecourse are associates of the Contracting Authority and may also avail of this agreement.
Horse Racing Ireland’s (HRI) IT Infrastructure spans several sites and is supported by three HRI permanent staff members. The main HQ is located in Ballymany, The Curragh, Co. Kildare. The majority of the users and IT infrastructure are located at this location. HRI’s remote sites include six racecourses and one golf course, located in Leopardstown (racecourse and golf course), Fairyhouse, Navan, Tipperary, Curragh and Cork. HRI also have a Disaster Recovery site in West Dublin and have IT infrastructure located in another Dublin data centre.
For a detailed description of service, please refer to the attached Invitation to Tender 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 800 000 💰
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 ✅ Description
Description of renewals:
“This framework agreement will have a maximum potential duration of four (4) years. In the first instance, it is anticipated that a contract of two (2)...”
Description of renewals
This framework agreement will have a maximum potential duration of four (4) years. In the first instance, it is anticipated that a contract of two (2) years’ duration with an option to extend up to a maximum of four (4) years will be entered into with the successful tenderer emerging form this competitive process.
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
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: 2022-07-04
12:00 📅
Languages in which tenders or requests to participate may be submitted: English 🗣️
Tender must be valid until: 2023-07-04 📅
Conditions for opening of tenders: 2022-07-04
12:00 📅
Complementary information Information about recurrence
This is a recurrent procurement ✅
Estimated timing for further notices to be published: 4 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: Ireland
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: Ireland
Country: Ireland 🇮🇪
Source: OJS 2022/S 105-293736 (2022-05-27)
Contract award notice (2023-10-24) Object Scope of the procurement
Total value of the procurement (excluding VAT): EUR 800 000 💰
Award criteria
Quality criterion (name): Proposed Methodology
Quality criterion (weighting): 25
Quality criterion (name): Contract Management
Quality criterion (weighting): 5
Quality criterion (name): Technical Merit of Resources Proposed
Quality criterion (name): Innovation / Value Add
Price (weighting): 40
Procedure Information about framework agreement
The procurement involves the establishment of a framework agreement
Administrative information
Previous publication concerning this procedure: 2022/S 105-293736
Award of contract
1️⃣
Contract Number: 1
Title:
“SINGLE PARTY FRAMEWORK FOR THE PROVISON OF NETWORK SECURITY SERVICES TO HORSE RACING IRELAND AND SUBSIDIARIES”
Date of conclusion of the contract: 2022-09-01 📅
Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 1
Name and address of the contractor
Name: Integrity360
National registration number: 6420211 I
Postal address: 3rd Floor, Block D, The Concourse, Beacon Court,
Postal town: Dublin
Postal code: Sandyford
Country: Ireland 🇮🇪
Phone: +44 12934027📞
E-mail: tom.smith@integrity360.com📧
Region: Éire/Ireland🏙️
The contractor is an SME ✅ Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: EUR 800 000 💰
Source: OJS 2023/S 208-656854 (2023-10-24)