Single Party Framework Agreement for the Provision of Security Services to HRI Racecourses

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 …

CPV: 79710000 Bezpečnostné služby
Termín:
6. jún 2025 12:00
Typ termínu:
Predloženie ponuky
Miesto vykonania:
Single Party Framework Agreement for the Provision of Security Services to HRI Racecourses
Udeľujúci orgán:
Horse Racing Ireland (HRI)
Číslo udelenia:
0

1. Buyer

1.1 Buyer

Official name : Horse Racing Ireland (HRI)
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Recreation, culture and religion

2. Procedure

2.1 Procedure

Title : Single Party Framework Agreement for the Provision of Security Services to HRI Racecourses
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.
Procedure identifier : 1008a8e4-2153-4217-89bb-41d05950591f
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79710000 Security services

2.1.2 Place of performance

Country subdivision (NUTS) : Mid-East ( IE062 )
Country : Ireland
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 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.

2.1.3 Value

Estimated value excluding VAT : 3 500 000 Euro
Maximum value of the framework agreement : 4 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Single Party Framework Agreement for the Provision of Security Services to HRI Racecourses
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.
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79710000 Security services

5.1.2 Place of performance

Country subdivision (NUTS) : Mid-East ( IE062 )
Country : Ireland
Additional information :

5.1.3 Estimated duration

Duration : 6 Year

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Approach to reducing environmental impacts : Other

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 06/06/2025 12:00 +01:00
Deadline until which the tender must remain valid : 12 Month
Information about public opening :
Opening date : 06/06/2025 12:30 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
Maximum number of participants : 1
Justification for the duration of the framework agreement : Tenderers should be aware that the services sought fall within Annex XIV of Directive 2014/24/EU on public procurement. This public procurement competition is therefore subject only to the rules in Chapter 1 of Part 3 of the European Union (Award of Public Authority Contracts) Regulations 2016. The Contracting Authority will employ a procedure analogous to the open procedure in Directive 2014/24/EU but with some modifications, see section 1.2, for more details.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing offline access to the procurement documents : Horse Racing Ireland (HRI) -
Organisation providing more information on the review procedures : Horse Racing Ireland (HRI) -
Organisation receiving requests to participate : Horse Racing Ireland (HRI) -
Organisation processing tenders : Horse Racing Ireland (HRI) -

8. Organisations

8.1 ORG-0001

Official name : Horse Racing Ireland (HRI)
Registration number : IE9605282N
Postal address : Ballymany
Town : The Curragh
Postcode : R56 XE37
Country subdivision (NUTS) : Mid-East ( IE062 )
Country : Ireland
Telephone : +353 45455455
Buyer profile : http://www.hri.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : b9f0f24a-ca51-49aa-a815-d8c89b13ad41 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 30/04/2025 15:13 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00285581-2025
OJ S issue number : 86/2025
Publication date : 05/05/2025