An official website of the European Union

354135-2021 - Competition

Notice View

Summary

2021-OJS133-354135-en
I.1.
Name and addresses
Official name: Horse Racing Ireland (HRI)
National registration number: N/A
Postal address: Ballymany
Town: Co. Kildare
NUTS code: IE Éire / Ireland
Postal code: The Curragh
Country: Ireland
Contact person: Sarah Barthel
E-mail: sbarthel@hri.ie
Telephone: +353 45455662
Internet address(es):
Main address: http://www.hri-ras.ie/
I.5.
Main activity
Recreation, culture and religion
II.1.1.
Title
Single Party Framework for the Provision of Insurance Brokerage Services to Horse Racing Ireland and Subsidiaries
Reference number: INSURANCE BROKERAGE SERVICES
II.1.2.
Main CPV code
66518100 Insurance brokerage services
II.1.3.
Type of contract
Services
II.1.5.
Estimated total value
Value excluding VAT: 600 000,00 EUR
II.1.6.
Information about lots
This contract is divided into lots: no
II.2.2.
Additional CPV code(s)
66518000 Insurance brokerage and agency services
II.2.3.
Place of performance
NUTS code: IE Éire / Ireland
II.2.6.
Estimated value
Value excluding VAT: 600 000,00 EUR
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
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 on an annual basis up to a maximum of four (4) years will be awarded to the successful tenderer emerging from this competitive process.
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 12/08/2021 Local time: 12:00
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
VI.5.
Date of dispatch of this notice
08/07/2021

Languages and formats

Official language (Signed PDF)

BG
CS
DA
DE
EL
ES
ENDownload the signed pdf
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

PDF

BGDownload the pdf
CSDownload the pdf
DADownload the pdf
DEDownload the pdf
ELDownload the pdf
ESDownload the pdf
ENDownload the pdf
ETDownload the pdf
FIDownload the pdf
FRDownload the pdf
GADownload the pdf
HRDownload the pdf
HUDownload the pdf
ITDownload the pdf
LTDownload the pdf
LVDownload the pdf
MTDownload the pdf
NLDownload the pdf
PLDownload the pdf
PTDownload the pdf
RODownload the pdf
SKDownload the pdf
SLDownload the pdf
SVDownload the pdf

Machine translation HTML

BG
CS
DA
DE
EL
ES
EN
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

Notice

Official languageHelp icon
2021-OJS133-354135-en
354135-2021 - CompetitionIreland-Kildare: Insurance brokerage services
OJ S 133/2021 13/07/2021
Contract notice
Services
Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1.
Name and addresses
Official name: Horse Racing Ireland (HRI)
National registration number: N/A
Postal address: Ballymany
Town: Co. Kildare
NUTS code: IE Éire / Ireland
Postal code: The Curragh
Country: Ireland
Contact person: Sarah Barthel
Telephone: +353 45455662
Internet address(es):
I.3.
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=193049&B=ETENDERS_SIMPLE
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=193049&B=ETENDERS_SIMPLE
Tenders or requests to participate must be submitted to the abovementioned address
I.4.
Type of the contracting authority
Body governed by public law
I.5.
Main activity
Recreation, culture and religion

Section II: Object

II.1.
Scope of the procurement
II.1.1.
Title
Single Party Framework for the Provision of Insurance Brokerage Services to Horse Racing Ireland and Subsidiaries
Reference number: INSURANCE BROKERAGE SERVICES
II.1.2.
Main CPV code
66518100 Insurance brokerage services
II.1.3.
Type of contract
Services
II.1.4.
Short description
Horse Racing Ireland (HRI) was formally established by the Horse and Greyhound Racing Act 2001. 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 this framework for any other business venture falling under its remit.
The contracting Authority now invites responses from suitably qualified and experienced insurance brokers to work on behalf of the contracting authority for the provision of insurance broking and related services. Please refer to the attached document for a detailed specification of requirements.
II.1.5.
Estimated total value
Value excluding VAT: 600 000,00 EUR
II.1.6.
Information about lots
This contract is divided into lots: no
II.2.
Description
II.2.2.
Additional CPV code(s)
66518000 Insurance brokerage and agency services
II.2.3.
Place of performance
NUTS code: IE Éire / Ireland
Main site or place of performance: Ireland.
II.2.4.
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 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 this framework for any other business venture falling under its remit.
The contracting authority requires the provision of insurance brokerage services to the following entities:
— Horse Racing Ireland;
— Irish Thoroughbred Ltd;
— Tote Ireland Ltd;
— HRI Racecourse Division:
• The Leopardstown Club Ltd;
• Fairyhouse Club Ltd;
• Navan Races Ltd;
• The Tipperary Race Company Plc.
While not part of the initial contract, the contracting authority reserves the right to utilise the framework for the following entities:
— Cork Racecourse Mallow Ltd;
— Curragh Racecourse Ltd;
— Irish Horseracing Regulatory Board (IHRB).
The contracting authority now invites responses from suitably qualified and experienced insurance brokers to work on behalf of the contracting authority for the provision of insurance broking and related services. Please refer to the attached document for a detailed specification of requirements.
II.2.5.
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6.
Estimated value
Value excluding VAT: 600 000,00 EUR
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
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 on an annual basis up to a maximum of four (4) years will be awarded to the successful tenderer emerging from this competitive process.
II.2.10.
Information about variants
Variants will be accepted: no
II.2.11.
Information about options
Options: no
II.2.13.
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information

Section III: Legal, economic, financial and technical information

III.1.
Conditions for participation
III.1.2.
Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3.
Technical and professional ability
Selection criteria as stated in the procurement documents
III.2.
Conditions related to the contract
III.2.2.
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.

Section IV: Procedure

IV.1.
Description
IV.1.1.
Type of procedure
Open procedure
IV.1.3.
Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8.
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2.
Administrative information
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 12/08/2021 Local time: 12:00
IV.2.3.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
IV.2.6.
Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
IV.2.7.
Conditions for opening of tenders
Date: 12/08/2021 Local time: 12:00

Section VI: Complementary information

VI.1.
Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
4 years.
VI.2.
Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3.
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 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 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 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.
VI.4.
Procedures for review
VI.4.1.
Review body
Official name: The High Court
Postal address: Four Court, Inns Quay
Town: Dublin
Country: Ireland
Telephone: +353 18886000
Internet address: http://www.courts.ie
VI.4.2.
Body responsible for mediation procedures
Official name: Please consult your legal advisor
Town: Ireland
Country: Ireland
VI.4.3.
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 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.
VI.4.4.
Service from which information about the review procedure may be obtained
Official name: Please consult your legal advisor
Town: Ireland
Country: Ireland
VI.5.
Date of dispatch of this notice
08/07/2021