SPF for the provision, implementation and support of an eForensics Solution and Related Services Lot 1: eForensics Processing solution Lot 2: eForensics Review and Analysis solution

LOT 1 The Contracting Authority proposes to engage in a competitive process for the establishment of a Single-Party Framework Agreement for the provision, implementation and support of an eForensics Processing Solution and Related Services.  An on-premises or on a fully secure private cloud solution for the Contracting Authority eForensics …

CPV: 72000000 IT services: consulting, software development, Internet and support, 72200000 Software programming and consultancy services, 72500000 Computer-related services, 72600000 Computer support and consultancy services, 72310000 Data-processing services, 72316000 Data analysis services
áit fhorghníomhaithe:
SPF for the provision, implementation and support of an eForensics Solution and Related Services Lot 1: eForensics Processing solution Lot 2: eForensics Review and Analysis solution
clárlann:
Corporate Enforcement Authority
uimhir dámhachtana:
1

1. Buyer

1.1 Buyer

Official name : Corporate Enforcement Authority
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : SPF for the provision, implementation and support of an eForensics Solution and Related Services Lot 1: eForensics Processing solution Lot 2: eForensics Review and Analysis solution
Description : LOT 1 The Contracting Authority proposes to engage in a competitive process for the establishment of a Single-Party Framework Agreement for the provision, implementation and support of an eForensics Processing Solution and Related Services.  An on-premises or on a fully secure private cloud solution for the Contracting Authority eForensics processing needs  Initial implementation of the service(s), including migration of legacy data from the Contracting Authorities existing Nuix Workstation system  Training on the use of the service(s) – in the short term, the number of users of Lot 1 functionality is likely to be less than 5 users. The number of users is expected to expand over time  End-to-end managed service for the hosting, licencing, maintenance, development and support of the Contracting Authority's eForensics processing service  Additional features and potential future enhancements  Any related Services deemed necessary to support the application over the life of the framework. LOT 2 The Contracting Authority proposes to engage in a competitive process for the establishment of a Single-Party Framework Agreement for the provision, implementation and support of an eForensics Review and Analysis Solution and Related Services.  An on-premises or on a fully secure private cloud solution for the Contracting Authority eForensics Review and Analysis processing needs  Initial implementation of the service(s), including migration of legacy data from the Contracting Authorities existing Nuix Workstation and NUIX Discover system.  Training on the use of the service(s) – in the short term, the number of users of Lot 2 functionality is likely to be between 20 and 30 users. The number of users is expected to expand over time  End-to-end managed service for the hosting, licencing, maintenance, development and support of the Contracting Authority's eForensics Review and Analysis service  Additional features and potential future enhancements  Any related Services deemed necessary to support the application over the life of the framework.
Procedure identifier : a5fef441-ceae-4d4f-9ff9-86d477b1fcf7
Type of procedure : Competitive dialogue

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 ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72310000 Data-processing services
Additional classification ( cpv ): 72316000 Data analysis services

2.1.2 Place of performance

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

2.1.3 Value

Estimated value excluding VAT : 4 000 000 Euro
Maximum value of the framework agreement : 4 000 000 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 : 2
The tenderer must submit tenders for all lots
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : eForensics Processing solution
Description : LOT 1 The Contracting Authority proposes to engage in a competitive process for the establishment of a Single-Party Framework Agreement for the provision, implementation and support of an eForensics Processing Solution and Related Services.  An on-premises or on a fully secure private cloud solution for the Contracting Authority eForensics processing needs  Initial implementation of the service(s), including migration of legacy data from the Contracting Authorities existing Nuix Workstation system  Training on the use of the service(s) – in the short term, the number of users of Lot 1 functionality is likely to be less than 5 users. The number of users is expected to expand over time  End-to-end managed service for the hosting, licencing, maintenance, development and support of the Contracting Authority's eForensics processing service  Additional features and potential future enhancements  Any related Services deemed necessary to support the application over the life of the framework. LOT 2 The Contracting Authority proposes to engage in a competitive process for the establishment of a Single-Party Framework Agreement for the provision, implementation and support of an eForensics Review and Analysis Solution and Related Services.  An on-premises or on a fully secure private cloud solution for the Contracting Authority eForensics Review and Analysis processing needs  Initial implementation of the service(s), including migration of legacy data from the Contracting Authorities existing Nuix Workstation and NUIX Discover system.  Training on the use of the service(s) – in the short term, the number of users of Lot 2 functionality is likely to be between 20 and 30 users. The number of users is expected to expand over time  End-to-end managed service for the hosting, licencing, maintenance, development and support of the Contracting Authority's eForensics Review and Analysis service  Additional features and potential future enhancements  Any related Services deemed necessary to support the application over the life of the framework.
Internal identifier : 1

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 ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72310000 Data-processing services
Additional classification ( cpv ): 72316000 Data analysis services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 120 Month

5.1.5 Value

Estimated value excluding VAT : 4 000 000 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 : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 4
Maximum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated

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 : 26/09/2025 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 requests to participate : 10/10/2025 12:00 +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 : 1
Justification for the duration of the framework agreement : The maximum duration of each framework agreement will be ten (10) years subject to satisfactory annual review of performance. For the avoidance of doubt, the Contracting Authority confirms that the period of any contracts awarded under the framework agreement may extend beyond the date of expiry of the agreement. The framework agreements will be established on foot of a competition for an initial contract for a four (4) year period, with any subsequent contracts ranging from between one (1) to three (3) years, subject to satisfactory annual review of performance. The initial contract will be awarded to the successful tenderer shortly after the formal establishment of the framework agreement. The extended duration for the frameworks has been selected for a number of reasons including: (a) The embedded and strategic nature of the Contracting Authority Enterprise Infrastructure and associated services amounts to a core enterprise system and to replace and transition from such a system in a shorter period would cause significant disruption to the workings of the Contracting Authority and the delivery of services. (b) The financial cost for the Contracting Authority in procuring the services will amount to a significant investment and this investment could not be optimised and the necessary return achieved if the services were required for a shorter period and would ultimately not deliver value for money on behalf of the taxpayer. For the avoidance of doubt, the Contracting Authority confirms that the period of any contracts awarded under the framework agreement may extend beyond the date of expiry of the agreement. Note: Where two separate providers are appointed for each lot, over the life of the framework should performance be an issue with either lot, the Contracting Authority reserves the right to terminate the lot and award the remaining lot provider the contract relating to the other lot.
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 : Corporate Enforcement Authority
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Corporate Enforcement Authority
Organisation processing tenders : Corporate Enforcement Authority

5.1 Lot technical ID : LOT-0002

Title : eForensics Review and Analysis solution
Description : LOT 1 The Contracting Authority proposes to engage in a competitive process for the establishment of a Single-Party Framework Agreement for the provision, implementation and support of an eForensics Processing Solution and Related Services.  An on-premises or on a fully secure private cloud solution for the Contracting Authority eForensics processing needs  Initial implementation of the service(s), including migration of legacy data from the Contracting Authorities existing Nuix Workstation system  Training on the use of the service(s) – in the short term, the number of users of Lot 1 functionality is likely to be less than 5 users. The number of users is expected to expand over time  End-to-end managed service for the hosting, licencing, maintenance, development and support of the Contracting Authority's eForensics processing service  Additional features and potential future enhancements  Any related Services deemed necessary to support the application over the life of the framework. LOT 2 The Contracting Authority proposes to engage in a competitive process for the establishment of a Single-Party Framework Agreement for the provision, implementation and support of an eForensics Review and Analysis Solution and Related Services.  An on-premises or on a fully secure private cloud solution for the Contracting Authority eForensics Review and Analysis processing needs  Initial implementation of the service(s), including migration of legacy data from the Contracting Authorities existing Nuix Workstation and NUIX Discover system.  Training on the use of the service(s) – in the short term, the number of users of Lot 2 functionality is likely to be between 20 and 30 users. The number of users is expected to expand over time  End-to-end managed service for the hosting, licencing, maintenance, development and support of the Contracting Authority's eForensics Review and Analysis service  Additional features and potential future enhancements  Any related Services deemed necessary to support the application over the life of the framework.
Internal identifier : 2

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 ): 72200000 Software programming and consultancy services
Additional classification ( cpv ): 72500000 Computer-related services
Additional classification ( cpv ): 72600000 Computer support and consultancy services
Additional classification ( cpv ): 72310000 Data-processing services
Additional classification ( cpv ): 72316000 Data analysis services

5.1.2 Place of performance

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

5.1.3 Estimated duration

Duration : 120 Month

5.1.5 Value

Estimated value excluding VAT : 4 000 000 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 : No strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 4
Maximum number of candidates to be invited for the second stage of the procedure : 4
The procedure will take place in successive stages. At each stage, some participants may be eliminated

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 : 26/09/2025 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 requests to participate : 10/10/2025 12:00 +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 : 1
Justification for the duration of the framework agreement : The maximum duration of each framework agreement will be ten (10) years subject to satisfactory annual review of performance. For the avoidance of doubt, the Contracting Authority confirms that the period of any contracts awarded under the framework agreement may extend beyond the date of expiry of the agreement. The framework agreements will be established on foot of a competition for an initial contract for a four (4) year period, with any subsequent contracts ranging from between one (1) to three (3) years, subject to satisfactory annual review of performance. The initial contract will be awarded to the successful tenderer shortly after the formal establishment of the framework agreement. The extended duration for the frameworks has been selected for a number of reasons including: (a) The embedded and strategic nature of the Contracting Authority Enterprise Infrastructure and associated services amounts to a core enterprise system and to replace and transition from such a system in a shorter period would cause significant disruption to the workings of the Contracting Authority and the delivery of services. (b) The financial cost for the Contracting Authority in procuring the services will amount to a significant investment and this investment could not be optimised and the necessary return achieved if the services were required for a shorter period and would ultimately not deliver value for money on behalf of the taxpayer. For the avoidance of doubt, the Contracting Authority confirms that the period of any contracts awarded under the framework agreement may extend beyond the date of expiry of the agreement. Note: Where two separate providers are appointed for each lot, over the life of the framework should performance be an issue with either lot, the Contracting Authority reserves the right to terminate the lot and award the remaining lot provider the contract relating to the other lot.
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 : Corporate Enforcement Authority
Organisation providing more information on the review procedures : The High Court of Ireland
Organisation receiving requests to participate : Corporate Enforcement Authority
Organisation processing tenders : Corporate Enforcement Authority

8. Organisations

8.1 ORG-0001

Official name : Corporate Enforcement Authority
Registration number : unknown
Postal address : 16 Parnell Square East Dublin 1
Town : Dublin 1
Postcode : D01 W5C2
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 0872198112
Buyer profile : www.etenders.gov.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 : e4455638-3be7-430a-bbef-c981282ad3aa - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 08/09/2025 14:36 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00589740-2025
OJ S issue number : 173/2025
Publication date : 10/09/2025