Provision of an Enterprise Class On-Premise Case Management System (CMS) to the Garda Síochána Ombudsman Commission

The Garda Síochána Ombudsman Commission (GSOC) is seeking to procure and implement a new Enterprise Class On- Premise Case Management System (CMS). The procurement and implementation of a new CMS, with a body of suitably designed computer software, will enable GSOC to process complaints and manage resulting case investigations in …

CPV: 72000000 IT services: consulting, software development, Internet and support, 30211400 Computer configurations, 48000000 Software package and information systems, 48218000 License management software package, 48445000 Customer Relation Management software package, 48311100 Document management system, 48610000 Database systems, 48900000 Miscellaneous software package and computer systems, 72200000 Software programming and consultancy services, 72211000 Programming services of systems and user software, 72212517 IT software development services, 72220000 Systems and technical consultancy services, 72246000 Systems consultancy services, 72253200 Systems support services, 72416000 Application service providers
Place of execution:
Provision of an Enterprise Class On-Premise Case Management System (CMS) to the Garda Síochána Ombudsman Commission
Awarding body:
Fiosrú - Office of the Police Ombudsman
Award number:
0

1. Buyer

1.1 Buyer

Official name : Fiosrú - Office of the Police Ombudsman
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Provision of an Enterprise Class On-Premise Case Management System (CMS) to the Garda Síochána Ombudsman Commission
Description : The Garda Síochána Ombudsman Commission (GSOC) is seeking to procure and implement a new Enterprise Class On- Premise Case Management System (CMS). The procurement and implementation of a new CMS, with a body of suitably designed computer software, will enable GSOC to process complaints and manage resulting case investigations in an efficient and timely manner in line not just with current legislation (“The Garda Síochána Act, 2005”) but also with the General Scheme of the Policing, Security and Community Safety Bill (PSCS) which, when implemented, will establish a restructured GSOC with significantly enhanced functions, powers and independence. The procurement will also facilitate the strategical purpose of GSOC’s wider objectives and headline actions under the Civil Service Renewal Strategy which supports the development of an agile, innovative and professional service. The development of a new CMS will assist GSOC in harnessing digital technology and innovation to deliver a more efficient, effective and streamlined service to stakeholders and to capture and use information required for evidence-based decision-making. GSOC intends to use a Restricted Procedure in procuring its new Case Management System. The Restricted Procedure is a two-stage procedure, a pre-qualification stage open to all interested parties who wish to submit an expression of interest, and an award stage where candidates shortlisted at the pre-qualification stage are invited to submit tenders and are assessed against Award Criteria set out in the Request for Tender (RFT).
Procedure identifier : 0de52e6b-d91d-4c37-ae0d-b36754f07e4c
Type of procedure : Restricted
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 30211400 Computer configurations
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48218000 License management software package
Additional classification ( cpv ): 48445000 Customer Relation Management software package
Additional classification ( cpv ): 48311100 Document management system
Additional classification ( cpv ): 48610000 Database systems
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72211000 Programming services of systems and user software
Additional classification ( cpv ): 72212517 IT software development services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72246000 Systems consultancy services
Additional classification ( cpv ): 72253200 Systems support services
Additional classification ( cpv ): 72416000 Application service providers

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 3 600 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Provision of an Enterprise Class On-Premise Case Management System (CMS) to the Garda Síochána Ombudsman Commission
Description : The Garda Síochána Ombudsman Commission (GSOC) is seeking to procure and implement a new Enterprise Class On- Premise Case Management System (CMS). The procurement and implementation of a new CMS, with a body of suitably designed computer software, will enable GSOC to process complaints and manage resulting case investigations in an efficient and timely manner in line not just with current legislation (“The Garda Síochána Act, 2005”) but also with the General Scheme of the Policing, Security and Community Safety Bill (PSCS) which, when implemented, will establish a restructured GSOC with significantly enhanced functions, powers and independence. The procurement will also facilitate the strategical purpose of GSOC’s wider objectives and headline actions under the Civil Service Renewal Strategy which supports the development of an agile, innovative and professional service. The development of a new CMS will assist GSOC in harnessing digital technology and innovation to deliver a more efficient, effective and streamlined service to stakeholders and to capture and use information required for evidence-based decision-making. GSOC intends to use a Restricted Procedure in procuring its new Case Management System. The Restricted Procedure is a two-stage procedure, a pre-qualification stage open to all interested parties who wish to submit an expression of interest, and an award stage where candidates shortlisted at the pre-qualification stage are invited to submit tenders and are assessed against Award Criteria set out in the Request for Tender (RFT).
Internal identifier : 0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 30211400 Computer configurations
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48218000 License management software package
Additional classification ( cpv ): 48445000 Customer Relation Management software package
Additional classification ( cpv ): 48311100 Document management system
Additional classification ( cpv ): 48610000 Database systems
Additional classification ( cpv ): 48900000 Miscellaneous software package and computer systems
Additional classification ( cpv ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72211000 Programming services of systems and user software
Additional classification ( cpv ): 72212517 IT software development services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72246000 Systems consultancy services
Additional classification ( cpv ): 72253200 Systems support services
Additional classification ( cpv ): 72416000 Application service providers

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 3 600 000 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 : No strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Service delivery and approach
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 70
Criterion :
Type : Cost
Description : cost at 30%
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 30

5.1.15 Techniques

Framework agreement :
No framework agreement
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 : Fiosrú - Office of the Police Ombudsman
Organisation providing more information on the review procedures : The High Court of Ireland

6. Results

Value of all contracts awarded in this notice : 3 600 000 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Codec-dss Limited - T/A Codec
Tender :
Tender identifier : 000035217
Identifier of lot or group of lots : LOT-0001
Value of the tender : 3 600 000 Euro
Subcontracting : No
Contract information :
Identifier of the contract : 429517
Date on which the winner was chosen : 25/03/2024
Date of the conclusion of the contract : 16/04/2024

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3

8. Organisations

8.1 ORG-0001

Official name : Fiosrú - Office of the Police Ombudsman
Registration number : 4801297d
Postal address : 150 Upper Abbey Street
Town : Dublin 1
Postcode : D01FT73
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0877117919
Buyer profile : www.fiosru.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Codec-dss Limited - T/A Codec
Size of the economic operator : Medium
Registration number : 107629
Postal address : Hyde House, Adelaide Road, Dublin 2
Town : Dublin
Postcode : D02N446
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +35316034300
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

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
Organisation providing more information on the review procedures

8.1 ORG-0004

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 : b13e8293-d023-4a40-bae4-24b6305baa92 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 13/10/2025 14:16 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00678142-2025
OJ S issue number : 198/2025
Publication date : 15/10/2025