Provision of Print Services

Provision of Print Services to Horse Racing Ireland and Subsidiaries and The Irish Horseracing Regulatory Board Lot 1: General Print Services This lot covers but is not limited to the provision of general print stationary to include business cards, headed paper, statement paper, ceadunas envelopes, compliment slips and standard forms. …

CPV: 22000000 Drucksachen und zugehörige Erzeugnisse, 79820000 Dienstleistungen des Druckgewerbes, 79800000 Druckereidienste und verbundene Dienstleistungen des Druckgewerbes, 79810000 Druckereidienste, 79811000 Digitaldruck, 79823000 Dienstleistungen im Bereich Druck und Lieferung
Ausführungsort:
Provision of Print Services
Vergabestelle:
Horse Racing Ireland (HRI)
Vergabenummer:
1

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 : Provision of Print Services
Description : Provision of Print Services to Horse Racing Ireland and Subsidiaries and The Irish Horseracing Regulatory Board Lot 1: General Print Services This lot covers but is not limited to the provision of general print stationary to include business cards, headed paper, statement paper, ceadunas envelopes, compliment slips and standard forms. This contract will be awarded as a single party framework with one supplier fulfilling all requirements. Lot 2: Security Print Services This lot covers, but is not limited to the provision of tickets, badges, cheques etc. to the Contracting Authority upon request. This contract will be awarded as a single party framework with one supplier fulfilling all requirements. Lot 3: Promotional / Marketing Print Services This lot covers, but is not limited to the provision of leaflets, brochures, posters, invitations, forms, booklets, etc. This contract will be awarded as a multi-party framework. It is envisaged that a minimum number of 3 tenderers will make up this panel to meet the Contracting Authority's requirements.
Procedure identifier : 8f2fa73d-4c83-4ef9-964f-eb57a3f90e8c
Previous notice : ba2626be-5c92-4dd4-ac08-885c789dd86e-01
Type of procedure : Restricted
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 ): 79800000 Printing and related services
Additional classification ( cpv ): 79810000 Printing services
Additional classification ( cpv ): 79811000 Digital printing services
Additional classification ( cpv ): 79820000 Services related to printing
Additional classification ( cpv ): 79823000 Printing and delivery services
Additional classification ( cpv ): 22000000 Printed matter and related products

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Maximum value of the framework agreement : 650 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1: General Print Services
Description : Provision of Print Services to Horse Racing Ireland and Subsidiaries and The Irish Horseracing Regulatory Board Lot 1: General Print Services This lot covers but is not limited to the provision of general print stationary to include business cards, headed paper, statement paper, ceadunas envelopes, compliment slips and standard forms. This contract will be awarded as a single party framework with one supplier fulfilling all requirements. Lot 2: Security Print Services This lot covers, but is not limited to the provision of tickets, badges, cheques etc. to the Contracting Authority upon request. This contract will be awarded as a single party framework with one supplier fulfilling all requirements. Lot 3: Promotional / Marketing Print Services This lot covers, but is not limited to the provision of leaflets, brochures, posters, invitations, forms, booklets, etc. This contract will be awarded as a multi-party framework. It is envisaged that a minimum number of 3 tenderers will make up this panel to meet the Contracting Authority's requirements.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79800000 Printing and related services
Additional classification ( cpv ): 79810000 Printing services
Additional classification ( cpv ): 79811000 Digital printing services
Additional classification ( cpv ): 79820000 Services related to printing
Additional classification ( cpv ): 79823000 Printing and delivery services
Additional classification ( cpv ): 22000000 Printed matter and related products

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information : Horse Racing Ireland and Subsidiaries and The Irish Horseracing Regulatory Board

5.1.5 Value

Estimated value excluding VAT : 650 000 Euro

5.1.6 General information

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

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Policy on the Environment, relating to waste management and include any certification achieved. Paper sourcing policy and if it comes from FSC sources or equivalent.
Approach to reducing environmental impacts : Other
Green Procurement Criteria : EU Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : The ultimate cost for the HRI Group will be arrived at based on a basket of costs as outlined in the form of tender. The evaluation will be conducted on a comparable basis across all tenders.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name :
Description : Proposed Methodology Contract Management & Proposed Team Reliability & Continuity of Supply Environmental Policy Innovation / Value Add
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : 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.

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
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 -
Information about review deadlines : 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.
Organisation providing offline access to the procurement documents : Horse Racing Ireland (HRI) -
Organisation executing the payment : Horse Racing Ireland (HRI)

5.1 Lot technical ID : LOT-0002

Title : Lot 2: Security Print Services
Description : Provision of Print Services to Horse Racing Ireland and Subsidiaries and The Irish Horseracing Regulatory Board Lot 1: General Print Services This lot covers but is not limited to the provision of general print stationary to include business cards, headed paper, statement paper, ceadunas envelopes, compliment slips and standard forms. This contract will be awarded as a single party framework with one supplier fulfilling all requirements. Lot 2: Security Print Services This lot covers, but is not limited to the provision of tickets, badges, cheques etc. to the Contracting Authority upon request. This contract will be awarded as a single party framework with one supplier fulfilling all requirements. Lot 3: Promotional / Marketing Print Services This lot covers, but is not limited to the provision of leaflets, brochures, posters, invitations, forms, booklets, etc. This contract will be awarded as a multi-party framework. It is envisaged that a minimum number of 3 tenderers will make up this panel to meet the Contracting Authority's requirements.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79800000 Printing and related services
Additional classification ( cpv ): 79810000 Printing services
Additional classification ( cpv ): 79811000 Digital printing services
Additional classification ( cpv ): 79820000 Services related to printing
Additional classification ( cpv ): 79823000 Printing and delivery services
Additional classification ( cpv ): 22000000 Printed matter and related products

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information : Horse Racing Ireland and Subsidiaries and The Irish Horseracing Regulatory Board

5.1.5 Value

Estimated value excluding VAT : 650 000 Euro

5.1.6 General information

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

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Policy on the Environment, relating to waste management and include any certification achieved. Paper sourcing policy and if it comes from FSC sources or equivalent.
Approach to reducing environmental impacts : Other
Green Procurement Criteria : EU Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : The ultimate cost for the HRI Group will be arrived at based on a basket of costs as outlined in the form of tender. The evaluation will be conducted on a comparable basis across all tenders.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name :
Description : Proposed Methodology Contract Management & Proposed Team Reliability & Continuity of Supply Environmental Policy Innovation / Value Add
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : 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.

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
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 -
Information about review deadlines : 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.
Organisation providing offline access to the procurement documents : Horse Racing Ireland (HRI) -
Organisation executing the payment : Horse Racing Ireland (HRI)

5.1 Lot technical ID : LOT-0003

Title : Lot 3: Promotional / Marketing Print Services
Description : Provision of Print Services to Horse Racing Ireland and Subsidiaries and The Irish Horseracing Regulatory Board Lot 1: General Print Services This lot covers but is not limited to the provision of general print stationary to include business cards, headed paper, statement paper, ceadunas envelopes, compliment slips and standard forms. This contract will be awarded as a single party framework with one supplier fulfilling all requirements. Lot 2: Security Print Services This lot covers, but is not limited to the provision of tickets, badges, cheques etc. to the Contracting Authority upon request. This contract will be awarded as a single party framework with one supplier fulfilling all requirements. Lot 3: Promotional / Marketing Print Services This lot covers, but is not limited to the provision of leaflets, brochures, posters, invitations, forms, booklets, etc. This contract will be awarded as a multi-party framework. It is envisaged that a minimum number of 3 tenderers will make up this panel to meet the Contracting Authority's requirements.
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79800000 Printing and related services
Additional classification ( cpv ): 79810000 Printing services
Additional classification ( cpv ): 79811000 Digital printing services
Additional classification ( cpv ): 79820000 Services related to printing
Additional classification ( cpv ): 79823000 Printing and delivery services
Additional classification ( cpv ): 22000000 Printed matter and related products

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information : Horse Racing Ireland and Subsidiaries and The Irish Horseracing Regulatory Board

5.1.5 Value

Estimated value excluding VAT : 650 000 Euro

5.1.6 General information

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

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Policy on the Environment, relating to waste management and include any certification achieved. Paper sourcing policy and if it comes from FSC sources or equivalent.
Approach to reducing environmental impacts : Other
Green Procurement Criteria : EU Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Cost
Name :
Description : The ultimate cost for the HRI Group will be arrived at based on a basket of costs as outlined in the form of tender. The evaluation will be conducted on a comparable basis across all tenders.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30
Criterion :
Type : Quality
Name :
Description : Proposed Methodology Contract Management & Proposed Team Reliability & Continuity of Supply Environmental Policy Innovation / Value Add
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : 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.

5.1.15 Techniques

Framework agreement :
Framework agreement, partly without reopening and partly with reopening of competition
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 -
Information about review deadlines : 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.
Organisation providing offline access to the procurement documents : Horse Racing Ireland (HRI) -
Organisation executing the payment : Horse Racing Ireland (HRI)

6. Results

Maximum value of the framework agreements in this notice : 650 000 Euro
Approximate value of the framework agreements : 650 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 140 000 Euro
Re-estimated value of the framework agreement : 140 000 Euro

6.1.2 Information about winners

Winner :
Official name : Anglo Printers Ltd
Tender :
Tender identifier : 000078556
Identifier of lot or group of lots : LOT-0001
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 415818
Date of the conclusion of the contract : 27/01/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 8

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 255 000 Euro
Re-estimated value of the framework agreement : 255 000 Euro

6.1.2 Information about winners

Winner :
Official name : Anglo Printers Ltd
Tender :
Tender identifier : 000078556
Identifier of lot or group of lots : LOT-0002
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 415819
Date of the conclusion of the contract : 27/01/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 5

6.1 Result lot ldentifier : LOT-0003

At least one winner was chosen.
Framework agreement :
Maximum value of the framework agreement : 255 000 Euro
Re-estimated value of the framework agreement : 255 000 Euro

6.1.2 Information about winners

Winner :
Official name : Qflow Promotions - Eflow Marketing Ltd.
Tender :
Tender identifier : 000078616
Identifier of lot or group of lots : LOT-0003
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 415822
Date of the conclusion of the contract : 27/01/2025
Winner :
Official name : Anglo Printers Ltd
Tender :
Tender identifier : 000078556
Identifier of lot or group of lots : LOT-0003
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 415820
Date of the conclusion of the contract : 27/01/2025
Winner :
Official name : Banner Group Limited
Tender :
Tender identifier : 000078651
Identifier of lot or group of lots : LOT-0003
Subcontracting : Not yet known
Contract information :
Identifier of the contract : 415821
Date of the conclusion of the contract : 27/01/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders submitted electronically
Number of tenders or requests to participate received : 9

8. Organisations

8.1 ORG-0001

Official name : Horse Racing Ireland (HRI)
Registration number : 9605282N
Postal address : Ballymany
Town : The Curragh
Postcode : R56 XE37
Country subdivision (NUTS) : Dublin ( IE061 )
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 executing the payment

8.1 ORG-0002

Official name : Qflow Promotions - Eflow Marketing Ltd.
Registration number : 523882
Postal address : 106 Lagan Road, Dublin Industrial Estate, Glasnevin, Dublin 11
Town : Dublin
Postcode : D11 DXA9
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 019030121
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0003

8.1 ORG-0003

Official name : Anglo Printers Ltd
Registration number : 119784
Postal address : Mell Industrial Estate
Town : Drogheda
Postcode : A92DYC8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0419835000
Fax : 041 9835485
Internet address : www.angloprinters.ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001 LOT-0002 LOT-0003

8.1 ORG-0004

Official name : Banner Group Limited
Registration number : 05510758
Postal address : www,banneruk.com
Town : Dublin
Postcode : S9 1XT
Country subdivision (NUTS) : Sheffield ( UKE32 )
Country : United Kingdom
Telephone : 08435383311
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0003

8.1 ORG-0005

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-0006

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

11. Notice information

11.1 Notice information

Notice identifier/version : 8802c0a2-9262-49cd-b527-6dc5ed053576 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 28/01/2025 10:00 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00060727-2025
OJ S issue number : 20/2025
Publication date : 29/01/2025