Cyber Threat Intelligence

The Norwegian Agency for Public and Financial Management (“DFØ”) hereby invites suppliers to participate in the procurement of cloud based Cyber threat intelligence services. DFØ is acting as the central purchasing body of the Norwegian public sector and has established the Norwegian public sector cloud marketplace (“MPS”). MPS provides solutions, …

CPV: 72000000 IT services: consulting, software development, Internet and support, 48000000 Software package and information systems, 48700000 Software package utilities, 48730000 Security software package, 71600000 Technical testing, analysis and consultancy services, 72300000 Data services
Place of execution:
Cyber Threat Intelligence
Awarding body:
Norwegian agency for public and financial management
Award number:
25/769

1. Buyer

1.1 Buyer

Official name : Norwegian agency for public and financial management
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Cyber Threat Intelligence
Description : The Norwegian Agency for Public and Financial Management (“DFØ”) hereby invites suppliers to participate in the procurement of cloud based Cyber threat intelligence services. DFØ is acting as the central purchasing body of the Norwegian public sector and has established the Norwegian public sector cloud marketplace (“MPS”). MPS provides solutions, and facilitates public procurement of cloud services and products, on behalf of entities in the Norwegian public sector. The purpose of establishing this framework agreement is to enable the Norwegian government and public sector entities to reduce risk associated with cyber threats. The solution shall provide public entities with relevant intelligence (information and analysis) about cyber threats in an efficient manner to strengthen awareness and their ability to understand and act upon the information that is provided. MPS wants to establish a solution for Norwegian public entities that will help them proactively identify, analyse, and mitigate emerging security threats. We seek to establish framework agreements for a service that relies on automation as a SaaS, or as semi-automated services involving human services/quality control.
Procedure identifier : af1b0c8e-ea7e-4765-ae0b-772dad6703ac
Internal identifier : 25/769
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
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 ): 48000000 Software package and information systems
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48730000 Security software package
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 72300000 Data services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Whole country

2.1.3 Value

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

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations set under purely national exclusion grounds : Accepted fine for criminal behaviour Has the economic operator itself or any person who is a member of its administrative, managmenet or supervisory body or has powers of representation, decision or control therein accepted a fine for the circumstances listed above, within the meaning of Regulations Regarding Public Procurement FOR-2016-08-12-974 § 24-2 (2) a-f? Has the economic operator itself or any person who is a member of its administrative, management or supervisory body or has powers of representation, decision or control therein commited significant breaches of his professional integrety, within the meaning of Regulations Regarding Public Procurement FOR-2016-08-12-974 § 24-2 (3) i?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Are the business activities of the economic operator suspended? This information needs not be given if exclusion of economic operators in this case has been made mandatory under the applicable national law without any possibility of derogation where the economic operator is nevertheless able to perform the contract.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Are the assets of the economic operator being administered by liquidator or by the court? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the economic operator in any analogous situation like bankruptcy, insolvency or arrangement with creditors arising from similar procedure under national laws and regulations? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Cyber Threat Intelligence
Description : The Norwegian Agency for Public and Financial Management (“DFØ”) hereby invites suppliers to participate in the procurement of cloud based Cyber threat intelligence services. DFØ is acting as the central purchasing body of the Norwegian public sector and has established the Norwegian public sector cloud marketplace (“MPS”). MPS provides solutions, and facilitates public procurement of cloud services and products, on behalf of entities in the Norwegian public sector. The purpose of establishing this framework agreement is to enable the Norwegian government and public sector entities to reduce risk associated with cyber threats. The solution shall provide public entities with relevant intelligence (information and analysis) about cyber threats in an efficient manner to strengthen awareness and their ability to understand and act upon the information that is provided. MPS wants to establish a solution for Norwegian public entities that will help them proactively identify, analyse, and mitigate emerging security threats. We seek to establish framework agreements for a service that relies on automation as a SaaS, or as semi-automated services involving human services/quality control.
Internal identifier : 25/769

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 ): 48000000 Software package and information systems
Additional classification ( cpv ): 48700000 Software package utilities
Additional classification ( cpv ): 48730000 Security software package
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services
Additional classification ( cpv ): 72300000 Data services

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information : Whole country

5.1.3 Estimated duration

Duration : 4 Year

5.1.5 Value

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

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

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 22/09/2025 11:00 +00:00
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 : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with 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 : Oslo Tingrett
Information about review deadlines : 15 days

8. Organisations

8.1 ORG-0001

Official name : Norwegian agency for public and financial management
Registration number : 986252932
Department : Norwegian public sector cloud marketplace (MPS)
Postal address : Lørenfaret 1C
Town : Oslo
Postcode : 0585
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : David Behrens
Telephone : +47 41546531
Roles of this organisation :
Buyer
Central purchasing body awarding public contracts or concluding framework agreements for works, supplies or services intended for other buyers

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926 725 939
Town : Oslo
Postcode : 0164
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Telephone : +47 22035200
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : ad24a4c9-9fbb-41a6-b91a-d96d2c239515 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 15/08/2025 14:47 +00:00
Notice dispatch date (eSender) : 15/08/2025 18:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00540897-2025
OJ S issue number : 157/2025
Publication date : 19/08/2025