Request for Tender dated: 10th October 2025 to establish a Multi-Supplier Framework Agreement for the provision of expert consultancy services in respect of Supervisory, Investigatory and Regulatory f

Request for Tender dated: 10th October 2025 to establish a Multi-Supplier Framework Agreement for the provision of expert consultancy services in respect of Supervisory, Investigatory and Regulatory functions under the Digital Services Act, the Online Safety Code, the Terrorist Content Online Regulation and related media and digital services legislation Request …

CPV: 71621000 Technical analysis or consultancy services, 72221000 Business analysis consultancy services, 72224000 Project management consultancy services, 71316000 Telecommunication consultancy services, 72220000 Systems and technical consultancy services, 79411000 General management consultancy services, 73200000 Research and development consultancy services, 79400000 Business and management consultancy and related services, 79410000 Business and management consultancy services, 73210000 Research consultancy services
Deadline:
Nov. 14, 2025, 3 p.m.
Deadline type:
Submitting a bid
Place of execution:
Request for Tender dated: 10th October 2025 to establish a Multi-Supplier Framework Agreement for the provision of expert consultancy services in respect of Supervisory, Investigatory and Regulatory f
Awarding body:
Coimisiún na Meán
Award number:
1

1. Buyer

1.1 Buyer

Official name : Coimisiún na Meán
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Request for Tender dated: 10th October 2025 to establish a Multi-Supplier Framework Agreement for the provision of expert consultancy services in respect of Supervisory, Investigatory and Regulatory f
Description : Request for Tender dated: 10th October 2025 to establish a Multi-Supplier Framework Agreement for the provision of expert consultancy services in respect of Supervisory, Investigatory and Regulatory functions under the Digital Services Act, the Online Safety Code, the Terrorist Content Online Regulation and related media and digital services legislation
Procedure identifier : 12d9800b-a6d1-43c5-b4d2-8167d3937754
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 72221000 Business analysis consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 73210000 Research consultancy services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 2 950 000 Euro
Maximum value of the framework agreement : 4 600 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 4
The tenderer must submit tenders for all lots
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 4

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : REGULATORY FRAMEWORK CONSULTANCy
Description : Request for Tender dated: 10th October 2025 to establish a Multi-Supplier Framework Agreement for the provision of expert consultancy services in respect of Supervisory, Investigatory and Regulatory functions under the Digital Services Act, the Online Safety Code, the Terrorist Content Online Regulation and related media and digital services legislation
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 72221000 Business analysis consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 73210000 Research consultancy services

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 : 4 600 000 Euro

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

Aim of strategic procurement : Reduction of environmental impacts
Description : As per RfT
Approach to reducing environmental impacts : Other
Green Procurement Criteria : National Green Public Procurement criteria

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

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
Deadline for requesting additional information : 04/11/2025 12:00 +01:00

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 : Allowed
Deadline for receipt of tenders : 14/11/2025 15:00 +01:00
Deadline until which the tender must remain valid : 180 Day
Information about public opening :
Opening date : 14/11/2025 15:30 +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, without reopening of competition
Maximum number of participants : 3
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 : Coimisiún na Meán
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Coimisiún na Meán
Organisation processing tenders : Coimisiún na Meán

5.1 Lot technical ID : LOT-0002

Title : OPEN-SOURCE INTELLIGENCE AND MONITORING
Description : Request for Tender dated: 10th October 2025 to establish a Multi-Supplier Framework Agreement for the provision of expert consultancy services in respect of Supervisory, Investigatory and Regulatory functions under the Digital Services Act, the Online Safety Code, the Terrorist Content Online Regulation and related media and digital services legislation
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 72221000 Business analysis consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 73210000 Research consultancy services

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 : 4 600 000 Euro
Maximum value of the framework agreement : 800 000 Euro

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

Aim of strategic procurement : Reduction of environmental impacts
Description : As per RfT
Approach to reducing environmental impacts : Other
Green Procurement Criteria : National Green Public Procurement criteria

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

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
Deadline for requesting additional information : 04/11/2025 12:00 +01:00

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 : Allowed
Deadline for receipt of tenders : 14/11/2025 15:00 +01:00
Deadline until which the tender must remain valid : 180 Day
Information about public opening :
Opening date : 14/11/2025 15:30 +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, without reopening of competition
Maximum number of participants : 3
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 : Coimisiún na Meán
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Coimisiún na Meán
Organisation processing tenders : Coimisiún na Meán

5.1 Lot technical ID : LOT-0003

Title : INVESTIGATORY AND RELATED CONSULTANCY
Description : Request for Tender dated: 10th October 2025 to establish a Multi-Supplier Framework Agreement for the provision of expert consultancy services in respect of Supervisory, Investigatory and Regulatory functions under the Digital Services Act, the Online Safety Code, the Terrorist Content Online Regulation and related media and digital services legislation
Internal identifier : 3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 72221000 Business analysis consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 73210000 Research consultancy services

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 4 600 000 Euro

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

Aim of strategic procurement : Reduction of environmental impacts
Description : As per RfT
Approach to reducing environmental impacts : Other
Green Procurement Criteria : National Green Public Procurement criteria

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

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
Deadline for requesting additional information : 04/11/2025 12:00 +01:00

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 : Allowed
Deadline for receipt of tenders : 14/11/2025 15:00 +01:00
Deadline until which the tender must remain valid : 180 Day
Information about public opening :
Opening date : 14/11/2025 15:30 +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, without reopening of competition
Maximum number of participants : 3
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 : Coimisiún na Meán
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Coimisiún na Meán
Organisation processing tenders : Coimisiún na Meán

5.1 Lot technical ID : LOT-0004

Title : ANNUAL SUPERVISORY CYCLE
Description : Request for Tender dated: 10th October 2025 to establish a Multi-Supplier Framework Agreement for the provision of expert consultancy services in respect of Supervisory, Investigatory and Regulatory functions under the Digital Services Act, the Online Safety Code, the Terrorist Content Online Regulation and related media and digital services legislation
Internal identifier : 4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 72221000 Business analysis consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 71316000 Telecommunication consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 79411000 General management consultancy services
Additional classification ( cpv ): 73200000 Research and development consultancy services
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 79410000 Business and management consultancy services
Additional classification ( cpv ): 73210000 Research consultancy services

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 : 4 600 000 Euro

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

Aim of strategic procurement : Reduction of environmental impacts
Description : As per RfT
Approach to reducing environmental impacts : Other
Green Procurement Criteria : National Green Public Procurement criteria

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

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
Deadline for requesting additional information : 04/11/2025 12:00 +01:00

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 : Allowed
Deadline for receipt of tenders : 14/11/2025 15:00 +01:00
Deadline until which the tender must remain valid : 180 Day
Information about public opening :
Opening date : 14/11/2025 15:30 +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, without reopening of competition
Maximum number of participants : 3
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 : Coimisiún na Meán
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Coimisiún na Meán
Organisation processing tenders : Coimisiún na Meán

8. Organisations

8.1 ORG-0001

Official name : Coimisiún na Meán
Registration number : 1665
Postal address : 1 Shelbourne Buildings, Shelbourne Road, Dublin, D04 NP20
Town : Dublin
Postcode : D04 NP20
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +3536441200
Internet address : https://ccnam.ie
Buyer profile : https://www.cnam.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

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
Organisation providing more information on the review procedures

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 : 0cf24f7b-d1c6-4462-a521-6b30dcce72e1 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/10/2025 16:37 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00675283-2025
OJ S issue number : 197/2025
Publication date : 14/10/2025