Framework Agreement concerning acquisition of forensic software for computers, mobiles, cloud, vehicles and analysis of cryptocurrency transactions

Digital forensics is a branch of forensic science that focuses on identifying, acquiring, processing, analysing and reporting on data stored on electronic devices, e.g. mobiles and computers. The majority of police investigations include analysis of digital evidence due to the societal digitalisation and subsequent increase in electronic devices. Sound digital …

CPV: 48100000 Industry specific software package, 48461000 Analytical or scientific software package
Place of execution:
Framework Agreement concerning acquisition of forensic software for computers, mobiles, cloud, vehicles and analysis of cryptocurrency transactions
Awarding body:
National Special Crime Unit
Award number:
2024-164345

1. Buyer

1.1 Buyer

Official name : National Special Crime Unit

2. Procedure

2.1 Procedure

Title : Framework Agreement concerning acquisition of forensic software for computers, mobiles, cloud, vehicles and analysis of cryptocurrency transactions
Description : Digital forensics is a branch of forensic science that focuses on identifying, acquiring, processing, analysing and reporting on data stored on electronic devices, e.g. mobiles and computers. The majority of police investigations include analysis of digital evidence due to the societal digitalisation and subsequent increase in electronic devices. Sound digital forensics tools are crucial to law enforcement organisations and ensure that the Danish Police can not only continuously conduct but also strengthen the investigation of digital evidence. For this purpose the contracting authority intends to enter into a framework agreement concerning delivery of a variety of software to perform digital forensic examinations including services (e.g. training in the use of the forensic software) and any subsequent amendments hereof within the scope of the agreement. The forensic tools perform tasks related to digital forensic examinations within one or more of the following categories: I. Computer forensics II. Mobile forensics III. Cloud forensics IV. Vehicle forensics V. Analysis of cryptocurrency transactions
Procedure identifier : 36d75cf3-3b84-45cc-9bd7-b272b5f58c57
Previous notice : 02189880-5cdd-48e2-9780-cdd50c788115-01
Internal identifier : 2024-164345
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 : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48461000 Analytical or scientific software package

2.1.2 Place of performance

Country : Denmark
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 250 000 000 Danish krone
Maximum value of the framework agreement : 500 000 000 Danish krone

2.1.4 General information

Additional information : Since the contracting authority did not receive any suitable tenders by the deadline for submission, the contracting authority has chosen to cancel the tender. The contracting authority will, pursuant to section 28(1)(a) of Directive 2009/81/EC, switch to a negotiated procedure without prior publication of a contract notice. The contracting authority will invite all prequalified tenderers for the current tender to participate in the new tender procedure.
Legal basis :
Directive 2009/81/EC
Executive Order No. 1077 of June 29, 2022 - The Defence and Security Directive (Directive 2009/81/EC) has been implemented by the Executive Order on Contracting Authorities' Conclusion of Certain Construction and Engineering, Goods Procurement, and Service Contracts in the Defence and Security Sector (Executive Order No. 1077 of June 29, 2022), which also includes supplementary provisions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Framework Agreement concerning Acquisition of forensic software for computers, mobiles, cloud, vehicles and analysis of cryptocurrency transactions
Description : Digital forensics is a branch of forensic science that focuses on identifying, acquiring, processing, analysing and reporting on data stored on electronic devices, e.g. mobiles and computers. The majority of police investigations include analysis of digital evidence due to the societal digitalisation and subsequent increase in electronic devices. Sound digital forensics tools are crucial to law enforcement organisations and ensure that the Danish Police can not only continuously conduct but also strengthen the investigation of digital evidence. For this purpose the contracting authority intends to enter into a framework agreement concerning delivery of a variety of software to perform digital forensic examinations including services (e.g. training in the use of the forensic software) and any subsequent amendments hereof within the scope of the agreement. The forensic tools perform tasks related to digital forensic examinations within one or more of the following categories: I. Computer forensics II. Mobile forensics III. Cloud forensics IV. Vehicle forensics V. Analysis of cryptocurrency transactions
Internal identifier : 2024-164345

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48461000 Analytical or scientific software package

5.1.2 Place of performance

Country : Denmark
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 84 Month

5.1.4 Renewal

Maximum renewals : 3
Other information about renewals : The ordinary duration of the framework agreement is 48 months. The customer and the supplier are entitled to jointly agree to prolong the framework agreement for an additional 36 months for12 months at a time. Thus, the maximum duration of the framework agreement including the extensions is 84 months.

5.1.5 Value

Estimated value excluding VAT : 250 000 000 Danish krone
Maximum value of the framework agreement : 500 000 000 Danish krone

5.1.6 General information

Procurement Project not financed with EU Funds.
Additional information : Since the contracting authority did not receive any suitable tenders by the deadline for submission, the contracting authority has chosen to cancel the tender. The contracting authority will, pursuant to section 28(1)(a) of Directive 2009/81/EC, switch to a negotiated procedure without prior publication of a contract notice. The contracting authority will invite all prequalified tenderers for the current tender to participate in the new tender procedure.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Pris
Description : Pris
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 100
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 : Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk) , the following deadlines apply to the lodging of complaints: Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Pro-curement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Dan-ish Complaints Board for Public Procurement before the expiry of: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the Eu-ropean Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published; 2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a Dynamic Purchasing System has been entered into where the notification has included an expla-nation of the relevant grounds for the decision; 3) 6 months after the contracting entity entered into a framework agreement calculated from the day af-ter the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act; 4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged during the standstill peri-od, the complainant must furthermore indicate whether a suspensory effect of the complaint has been re-quested, see clause 12(1) of the Act. The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1). The Complaints Board's own complaints procedure is available at https://klfu.naevneneshus.dk/

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Klagenævnet for Udbud -
Information about review deadlines : Pursuant to the Danish Act on the Complaints Board for Public Procurement, etc. (lov om Klagenævnet for Udbud m.v.) (the Act is available (in Danish) at www.retsinformation.dk) , the following deadlines apply to the lodging of complaints: Complaints for not having been selected must be submitted to the Danish Complaints Board for Public Pro-curement before the expiry of 20 calendar days, see section 7(1) of the Act, from the day after submission of notification to the candidates concerned of the identity of the successful tenderer where the notification is accompanied by an explanation of the grounds for the decision in accordance with section 2(1), para (1) of the Act and section 171(2) of the Danish Public Procurement Act. In other situations, complaints of award procedures, see section 7(2) of the Act, must be lodged with the Dan-ish Complaints Board for Public Procurement before the expiry of: 1) 45 calendar days after the contracting entity has published a notice in the Official Journal of the Eu-ropean Union that the contracting entity has entered into a contract. The deadline is calculated from the day after the day when the notice was published; 2) 30 calendar days calculated from the day after the day when the contracting entity has notified the candidates concerned that a contract based on a framework agreement with reopening of competition or a Dynamic Purchasing System has been entered into where the notification has included an expla-nation of the relevant grounds for the decision; 3) 6 months after the contracting entity entered into a framework agreement calculated from the day af-ter the day when the contracting entity notified the candidates and tenderers concerned, see section 2(2) of the Act and section 171(4) of the Danish Public Procurement Act; 4) 20 calendar days calculated from the day after the contracting entity has submitted notification of its decision, see section 185(2) of the Danish Public Procurement Act. Not later than at the time of lodging a complaint with the Danish Complaints Board for Public Procurement, the complainant must notify the contracting entity in writing that a complaint has been lodged with the Danish Complaints Board for Public Procurement and whether the appeal was lodged during the standstill period, see section 6(4) of the Act. In cases where the complaint was not lodged during the standstill peri-od, the complainant must furthermore indicate whether a suspensory effect of the complaint has been re-quested, see clause 12(1) of the Act. The e-mail address of the Complaints Board for Public Procurement is set out in section VI.4.1). The Complaints Board's own complaints procedure is available at https://klfu.naevneneshus.dk/
Organisation providing additional information about the procurement procedure : National Special Crime Unit -
Organisation providing offline access to the procurement documents : National Special Crime Unit -
Organisation providing more information on the review procedures : Konkurrence- og Forbrugerstyrelsen -

6. Results

6.1 Result lot ldentifier : LOT-0000

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : All tenders, requests to participate or projects were withdrawn or found inadmissible

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders verified and inadmissible
Number of tenders or requests to participate received : 2

8. Organisations

8.1 ORG-0001

Official name : National Special Crime Unit
Registration number : 17143611
Postal address : Ejby Industrivej 125-135
Town : Glostrup
Postcode : 2600
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Contact point : Koncernindkøb
Telephone : +45 33148888
Internet address : https://politi.dk
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents

8.1 ORG-0002

Official name : Klagenævnet for Udbud
Registration number : 37795526
Postal address : Nævnenes Hus, Toldboden 2
Town : Viborg
Postcode : 8800
Country subdivision (NUTS) : Østjylland ( DK042 )
Country : Denmark
Telephone : +45 72405600
Internet address : https://naevneneshus.dk/
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Konkurrence- og Forbrugerstyrelsen
Registration number : 10294819
Postal address : Carl Jacobsens Vej 35
Town : Valby
Postcode : 2500
Country subdivision (NUTS) : Byen København ( DK011 )
Country : Denmark
Telephone : +45 41715000
Internet address : http://www.kfst.dk
Roles of this organisation :
Organisation providing more information on the review procedures

8.1 ORG-0004

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : 8fb37905-9a5c-46b2-afad-b44fefa49487 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 17/03/2025 14:26 +00:00
Notice dispatch date (eSender) : 17/03/2025 14:30 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00178124-2025
OJ S issue number : 55/2025
Publication date : 19/03/2025