Invitation to participate, Security Analysis Service

The subject of the procurement is an intelligence and analysis service (hereinafter "the Service") focused on security, operating via the data network. The Finnish Ministry for Foreign Affairs (hereinafter also "the Client") will not acquire any software, platforms or databases related to the Service. Instead, the Service should operate on …

CPV: 72316000 Data analysis services, 72400000 Internet services, 79417000 Safety consultancy services
Place of execution:
Invitation to participate, Security Analysis Service
Awarding body:
The Ministry for Foreign Affairs of Finland
Award number:
515257

1. Buyer

1.1 Buyer

Official name : The Ministry for Foreign Affairs of Finland
Legal type of the buyer : Central government authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Invitation to participate, Security Analysis Service
Description : The subject of the procurement is an intelligence and analysis service (hereinafter "the Service") focused on security, operating via the data network. The Finnish Ministry for Foreign Affairs (hereinafter also "the Client") will not acquire any software, platforms or databases related to the Service. Instead, the Service should operate on a Software as a Service (SaaS) or Platform as a Service (PaaS) basis. The Service is designed to assess the risk levels of countries and continents where the personnel of the Client work or may work. The Service must provide ready-made analyses, reports, and tools for, among other things, analyzing and monitoring potential security threats. Additionally, the Service must be capable of producing case-specific reports upon the Client’s request. The Service requirements and other specifications are described more detail in the procurement material. The Client selects one (1) Supplier and signs the Agreement with that Supplier. The contract period starts from the signing of the Agreement and is initially valid for 12 months, after which it will remain in force indefinitely.
Procedure identifier : c1aacbe5-eef9-4d70-9659-dc2f61350636
Previous notice : 2c36df15-b1bb-4820-990f-f15c323a2b52-01
Internal identifier : 515257
Type of procedure : Restricted
The procedure is accelerated : no
Main features of the procedure : The restricted procedure shall be used as a procurement procedure. The procurement exceeds the EU threshold. Procurement complies with the Act on Public Procurement and Concession Contracts (1397/2016, Act on Public Contracts). The Client may suspend the procurement procedure in whole or in part for a genuine and justified reason (Section 125 of the Act on Public Contracts). No remuneration shall be paid to Candidates for submitting an application (Request to participate) or other participation in the procedure. The procurement documents are available in English. The Request to participate and its appendices must be written in English. STAGES OF THE PROCEDURE The steps of the procedure are as follows: 1) The selection of tenderers 2) Tendering phase. At the Tenderers selection stage, the Client shall: 1. Open the Requests to participate 2. Verify Candidates' suitability requirements based on the responses given in their Requests 3. Select the Tenderers 4. Send the Invitation to tender to the selected Tenderers. The tendering phase is described in more detail in the Invitation to tender.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72316000 Data analysis services
Additional classification ( cpv ): 79417000 Safety consultancy services

2.1.2 Place of performance

Anywhere

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Invitation to participate, Security Analysis Service
Description : The subject of the procurement is an intelligence and analysis service (hereinafter "the Service") focused on security, operating via the data network. The Finnish Ministry for Foreign Affairs (hereinafter also "the Client") will not acquire any software, platforms or databases related to the Service. Instead, the Service should operate on a Software as a Service (SaaS) or Platform as a Service (PaaS) basis. The Service is designed to assess the risk levels of countries and continents where the personnel of the Client work or may work. The Service must provide ready-made analyses, reports, and tools for, among other things, analyzing and monitoring potential security threats. Additionally, the Service must be capable of producing case-specific reports upon the Client’s request. The Service requirements and other specifications are described more detail in the procurement material. The Client selects one (1) Supplier and signs the Agreement with that Supplier. The contract period starts from the signing of the Agreement and is initially valid for 12 months, after which it will remain in force indefinitely.
Internal identifier : 515257

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72400000 Internet services
Additional classification ( cpv ): 72316000 Data analysis services
Additional classification ( cpv ): 79417000 Safety consultancy services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Scored references
Description : The Candidate receives points for up to 20 optional references that exceed the minimum requirements marked as mandatory on the ESPD form and other requirements presented in Appendix 2 References to be scored. • The Candidate may submit up to 20 optional references, which will be scored. • A Candidate can earn up to 20 points in total for presenting optional references. Each Candidate’s points are calculated according to the following formula: (score to be compared / highest score received) x 20. MINIMUM REFERENCE REQUIREMENTS The reference must meet the requirements 1-6: 1. The reference is dated no later than three (3) years before the submission date of the request to participate. 2. The value of the reference contract is at least EUR 50.000 per year. 3. The duration of the contract used as reference is two (2) years or longer. 4. The object of the reference is a security analysis service. 5. The security analysis service used as a reference is produced via a data network. 6. The security analysis service includes analysis produced by an expert with an academic background. REQUIREMENTS TO BE SCORED BY THE REFERENCE 1. The value of the reference contract is EUR 100.000 – 400.000 per year. (5 points) 2. The reference object is implemented for a public sector operator. (5 points) 3. The safety analysis service used as a reference is produced by more than 20 regional analysts located in different countries in a continuous contractual relationship with the Candidate. More than half of these analysts have an academic background. (10 points) 4. The reference includes an online expert analysis service (expert hotline/online service). (10 points)
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Scored certificates
Description : The Candidate may receive an additional three (3) points for the comparison for the certificates mentioned below. a) Any certification under the ISO 9000 Standards series (Quality Management Systems). E.g. ISO 9001; or b) One of the following: - ISO 22301 Security and resilience — Business continuity management systems - ISO 27001 Information security, cybersecurity and privacy protection —Information security management systems - ISO 18788 Management system for private security operations - ISO 45001 Occupational health and safety management systems.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 3

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 : Markkinaoikeus
Organisation executing the payment : The Ministry for Foreign Affairs of Finland
Organisation signing the contract : The Ministry for Foreign Affairs of Finland

6. Results

Value of all contracts awarded in this notice : 150 000 Euro

6.1 Result lot ldentifier : LOT-0000

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Frontline Responses Finland Oy
Tender :
Tender identifier : tenderReference-3988720-817010
Identifier of lot or group of lots : LOT-0000
Subcontracting : No
Contract information :
Identifier of the contract : VN/33577/2024-UM-9
Date on which the winner was chosen : 12/03/2025
Date of the conclusion of the contract : 27/05/2025
Organisation signing the contract : The Ministry for Foreign Affairs of Finland

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Requests to participate
Number of tenders or requests to participate received : 3
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2

8. Organisations

8.1 ORG-0001

Official name : Markkinaoikeus
Registration number : 3006157-6
Postal address : Radanrakentajantie 5
Town : Helsinki
Postcode : 00520
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358 295643300
Roles of this organisation :
Review organisation

8.1 ORG-0002

Official name : The Ministry for Foreign Affairs of Finland
Registration number : 0245973-9
Postal address : PL 176
Town : Finnish Government
Postcode : 00023
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : HAL-70
Telephone : +358 29516001
Internet address : https://um.fi/
Roles of this organisation :
Buyer
Organisation signing the contract
Organisation executing the payment

8.1 ORG-0003

Official name : Frontline Responses Finland Oy
Registration number : 2434821-2
Postal address : PL 14
Town : Helsinki
Postcode : 00331
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Telephone : +358451291170
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0000

8.1 ORG-0004

Official name : Hansel Oy (Hilma)
Registration number : FI09880841
Postal address : Mannerheiminaukio 1a
Town : Helsinki
Postcode : 00100
Country subdivision (NUTS) : Helsinki-Uusimaa ( FI1B1 )
Country : Finland
Contact point : eSender
Telephone : 029 55 636 30
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : 27ade842-e96f-4b07-9a88-6a0756932fb6 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 30/06/2025 08:26 +00:00
Notice dispatch date (eSender) : 30/06/2025 08:27 +00:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00422391-2025
OJ S issue number : 123/2025
Publication date : 01/07/2025