Tender Analysis

Follow us and subscribe to our newsletter to keep in touch

Belgian Water Utilities Launch €198.6 Million Smart Metering Framework

View full tender data: https://app.hermix.com/opportunities/00155254-2026

Pidpa, De Watergroep, and Farys unite for Belgium’s largest smart water meter deployment, establishing a 299-month framework spanning digital metering infrastructure and data communication services across Antwerp province.

Three of Flanders’ major water utilities have published a joint €198.6 million framework agreement for digital water meters including data communication infrastructure. The 299-month procurement, led by Pidpa on behalf of De Watergroep and Farys, targets comprehensive smart metering deployment through a negotiated procedure with quality and cost evaluation.

This procurement represents Belgium’s water sector digital transformation, replacing mechanical meters with IoT-enabled devices supporting real-time consumption monitoring, leak detection, and automated billing. The 25-year framework duration signals long-term infrastructure investment spanning multiple technology refresh cycles across hundreds of thousands of water connections.

The April 7, 2026 deadline provides suppliers 33 days to prepare submissions for this strategically significant opportunity covering Antwerp, Mechelen, and Turnhout arrondissements. The Flemish-only language requirement focuses competition on regional suppliers and established water metering technology providers with Flanders market presence.

Create your free account and start winning public contracts, easier.

Opportunity Overview

Contracting Authority: Provinciale en Intercommunale Drinkwatermaatschappij der Provincie Antwerpen CVBA (Pidpa)

Additional Participating Authorities: De Watergroep, Farys

Reference Number: PPP007-4795/6129/R-25-014A

Tender Title: De Watergroep, Farys en Pidpa – Raamovereenkomst voor digitale watermeters inclusief datacommunicatie (Framework Agreement for Digital Water Meters Including Data Communication)

Scope of Work:

• Supply and installation of digital water meters across three water utility service territories

• Data communication infrastructure for automated meter reading and monitoring

• IoT network deployment supporting real-time water consumption data transmission

• System integration with existing water utility billing and network management platforms

Lot Structure: Single lot covering all services and geographic territories

Location: Arr. Antwerpen, Arr. Mechelen, Arr. Turnhout (Antwerp province and adjacent areas)

Estimated Total Value: €198,619,000.00

Contract Duration: 299 months (approximately 25 years)

Procedure Type: Negotiated with prior publication of call for competition (competitive with negotiation)

Award Criteria: Cost and Quality

Key Dates:

• Publication Date: March 5, 2026

• Corrigendum Published: March 17, 2026

• Deadline for Submission: April 7, 2026

Language Requirements: Flemish only

EU Funding: No

Financial Guarantees: Not disclosed in tender notice

Contact Details:

• Contact Person: Kobe Cornelis

• Email: overheidsopdrachten@pidpa.be

• Phone: +32 32168800

Submission Portal:

https://www.publicprocurement.be

Ready to qualify tenders like this faster? Create your free Hermix account at https://hermix.com/sign-up/ and access AI-powered tender analysis, competitive intelligence, and automated monitoring across Europe’s €2 trillion public procurement market.

Authority Profile and Procurement History

Pidpa (Provinciale en Intercommunale Drinkwatermaatschappij der Provincie Antwerpen) operates as a cooperative water utility serving Antwerp province and adjacent municipalities. The organization manages drinking water production, distribution network infrastructure, and customer service across a substantial Flemish territory encompassing urban, suburban, and rural communities.

This procurement represents a collaborative framework among three major Flemish water utilities. De Watergroep serves customers across multiple Flemish provinces as one of Belgium’s largest water suppliers. Farys operates in East and West Flanders, completing the geographic coverage of this joint procurement across Flanders’ drinking water sector.

The collaborative structure reflects Belgian water sector trends toward procurement consolidation, leveraging combined purchasing power across multiple utilities while maintaining operational independence. This approach enables smaller regional utilities to access enterprise-scale technology deployments and commercial terms typically available only to the largest organizations.

Hermix procurement data for Pidpa reveals substantial contract activity:

Total Contract Awards: 221 contracts worth €424 million

Active Tender Pipeline: 5 open tenders

Renewal Forecast: 156 contracts worth €220 million scheduled for renewal

Similar Renewals: 1 contract in the smart metering/telecommunications category

Other Buyers with Similar Projects: 33 Belgian and European water utilities have procured comparable smart metering systems, representing €286 million in total contract value

The €198.6 million framework represents Pidpa’s single largest recorded procurement, significantly exceeding the organization’s typical contract scale. The 299-month duration (nearly 25 years) reflects strategic infrastructure investment transcending standard procurement timeframes, positioning this as a generational water utility technology transformation rather than cyclical equipment replacement.

The absence of similar historical contract awards in Hermix data suggests this procurement addresses new capability deployment rather than existing system renewal. Flanders’ water utilities are transitioning from mechanical meters read manually to digital infrastructure enabling remote monitoring, real-time leak detection, and automated billing, representing fundamental operational model shifts.

Create your free account and start winning public contracts, easier.

Closing Paragraph

The Pidpa-led smart water metering framework represents Belgium’s water sector digital infrastructure modernization at unprecedented scale and duration. The €198.6 million investment and 299-month timeline demonstrate strategic commitment to IoT-enabled water management supporting conservation, operational efficiency, and customer service enhancement across Flanders.

The collaborative procurement structure among Pidpa, De Watergroep, and Farys establishes precedent for Belgian water utility cooperation, leveraging combined scale while addressing shared technology transformation challenges. This approach signals sector-wide recognition that smart metering deployment requires sustained multi-decade commitments transcending individual organizational procurement cycles.

Create your free account today at https://hermix.com/sign-up/ and win more public contracts with the data-driven approach that helps companies consistently succeed in B2G sales across Europe.

De Watergroep, Farys en Pidpa - Raamovereenkomst voor digitale watermeters inclusief datacommunicatie

Aéroports de Paris Launches €30 Million Eight-Year Electrical Materials Supply Framework

A massive 96-month framework agreement to standardize electrical infrastructure across Paris airports following a strategic re-evaluation of operational needs.

Create a free account and see the full public tender details here: https://app.hermix.com/opportunities/00110820-2026

Aéroports de Paris (ADP) has officially released a significant call for competition regarding the supply of electrical equipment across all its sites, valued at an estimated €30,000,000. This tender represents a critical infrastructure investment for the operator, ensuring the continuous modernization and maintenance of electrical systems within one of Europe’s busiest airport networks.

What makes this opportunity particularly notable, beyond its substantial headline value, is its context. This procurement follows a previously cancelled consultation from March 2025, signaling a deliberate refinement of ADP’s operational requirements. With a contract duration spanning eight full years (96 months), this framework agreement offers a rare opportunity for suppliers to secure a decade-long partnership with a premier French transport hub. However, with a highly accelerated submission window closing in early March 2026, interested bidders must mobilize immediately.

Create your free account and start winning public contracts, easier.

OPPORTUNITY OVERVIEW

This section outlines the core factual data regarding the tender. All figures are strictly derived from the official contract notice (Reference 00110820-2026).

Contracting Authority: Aéroports de Paris (ADP)
Reference Number: 00110820-2026 (Internal reference: SPA023036)
Tender Title: Fourniture de matériels électriques sur tous les sites d’Aéroports de Paris (Supply of electrical equipment for all Aéroports de Paris sites)
Scope of Work:

  • Supply of electrical materials and accessories.
  • Execution of supplies under a framework agreement (Accord-cadre).
  • Multi-attribute agreement (maximum two holders).
  • Fulfillment of purchase orders based on technical clauses (CCTP).

Lot Structure:

  • Lot 1: Fourniture de matériels électriques sur tous les sites d’Aéroports de Paris.
  • Lot Value: €30,000,000.00.

Location / Place of Performance: France (specifically Val-de-Marne and Seine-Saint-Denis).
Estimated Total Value: €30,000,000.00 excluding VAT.
Contract Duration: 96 months.
Procedure Type: Negotiated with prior publication of a call for competition / Competitive with negotiation.
Award Criteria: Not specified in the summary notice (“Unknown”).
Key Dates:

  • Publication Date: 17/02/2026
  • Deadline: 03/03/2026

Language Requirements: French.
EU Funding: No.
Contact Details:

  • Point of Contact: DHATI
  • Email: dhati@adp.fr
  • Phone: +33 0174221567

Submission Portal / URL: https://fournisseurs.aeroportsdeparis.fr/

Ready to qualify tenders like this faster? Create your free Hermix account at https://hermix.com/sign-up/ and access AI-powered tender analysis, competitive intelligence, and automated monitoring across Europe’s €2 trillion public procurement market.

AUTHORITY & HISTORY

Aéroports de Paris (ADP) serves as the central entity managing the primary airports serving Paris, including Charles de Gaulle, Orly, and Le Bourget. As a contracting authority, ADP operates within the “Airport-related activities” sector, managing massive infrastructure portfolios that require constant logistical and technical support.

The data provided in the tender document highlights ADP as a high-volume buyer with a significant footprint in the European procurement landscape.

  • Total Open Tenders: Currently, ADP has 8 open tenders with a combined value of approximately €243 million.
  • Renewal Forecast: The authority has a substantial pipeline of 301 renewals valued at €8.4 billion, indicating a steady flow of future opportunities.
  • Similar Renewals: specifically within the domain of this tender, there are 14 renewals valued at €173 million.
  • Contract Awards: The data indicates 50 distinct contract awards with a total value of €266 million.
  • Similar Contract Awards: The system flags 360 similar contract awards, suggesting that electrical supply and maintenance is a recurring and high-frequency procurement category for this buyer.

This activity profile paints a picture of an organization that relies heavily on structured, long-term external contracts to maintain operations. The sheer volume of renewals (€8.4 billion) suggests that once a supplier enters the ADP ecosystem, the potential for recurring revenue and contract extensions is exceptionally high. The current tender, with its 96-month duration, fits perfectly into this pattern of long-term vendor retention.

COMPETITIVE LANDSCAPE

Understanding who currently wins contracts with ADP is essential for any potential bidder. The “Winners of similar contracts” data provides a snapshot of the incumbent landscape for electrical supplies and lighting.

Top Contractors: The available data highlights a specific contractor relevant to this domain:

  • FONROCHE LIGHTING
    • Number of Contracts: 1
    • Country: France

While the dataset specifically isolates Fonroche Lighting as a winner of a similar contract, the broader context of “Other buyers with similar projects” shows a market depth of 681 entities with €1 billion in project value. This suggests that while ADP has specific incumbents, the market for airport electrical supplies is vast and competitive.

Key Patterns:

  • French Dominance: The contractor country data explicitly lists France as the origin for the identified winner. Given the strict French language requirement for offers in this tender, it is highly likely that domestic firms or international firms with strong local French subsidiaries will dominate the bidding process.
  • Specialization: The presence of a lighting-specific contractor (Fonroche) suggests that ADP may segment its electrical needs. However, the current tender covers “Electrical materials” broadly (CPV 31681410), implying a need for a generalist distributor or a consortium capable of covering a wide range of electrical SKUs, not just lighting.

COMMERCIAL & PROCEDURAL SIGNALS

This tender is not a standard open procedure. Several critical signals in the documentation define how this procurement will play out.

The “Negotiated” Procedure The procedure is listed as “Negotiated with prior publication of a call for competition.” This is a distinct shift from standard open tenders. It implies that ADP intends to shortlist qualified candidates and then engage in dialogue to refine the technical or financial aspects of the bids. For bidders, this means the initial submission is just the first step; the ability to negotiate technical specifications and pricing structures post-submission will be crucial to winning.

The Re-Tendering Narrative The “Short description” explicitly states that this is a re-launch. A previous consultation (Reference JOUE 191318-2025, published 25/03/2025) was declared “sans suite” (unsuccessful/cancelled) following a “modification of the operational need” of Aéroports de Paris.

  • Previous Value: €35,000,000.00
  • Current Value: €30,000,000.00
  • Implication: ADP has revised its requirements downward by €5 million. Bidders who participated in the 2025 round must carefully analyze the new CCTP (technical clauses) to understand exactly what has been cut or changed in the scope.

Framework Agreement Structure The contract is an “accord-cadre” (framework agreement) with purchase orders. It is multi-attribute, meaning ADP will select a maximum of two holders.

  • Strategic Signal: ADP does not want to rely on a single supplier for 8 years. They are building redundancy. Being the second-place winner is almost as valuable as being first, as it guarantees access to the framework for nearly a decade.

Extreme Time Pressure

  • Publication: February 17, 2026.
  • Deadline: March 3, 2026.
  • Gap: Only 14 days.
  • Implication: This is an exceptionally short window for a €30M contract, especially one involving negotiation. It strongly suggests that ADP has a mature set of requirements and potentially a pool of pre-identified suppliers they expect to bid. New entrants must move with extreme speed to assemble a compliant dossier.

NARRATIVE INSIGHT / INTERPRETATION

The release of this €30 million tender by Aéroports de Paris is more than just a purchase order for cables and switches; it is a strategic recalibration of their supply chain. The reduction in value from the cancelled €35 million tender in 2025 to the current €30 million figure indicates a tighter, more focused scope. ADP has taken nearly a year to rethink this requirement, and the result is a lean, long-term vehicle designed to secure pricing and availability through the remainder of the decade.

The decision to utilize a negotiated procedure for a supply contract is telling. Typically, supplies are bought via open tenders where price is king. By choosing negotiation, ADP signals that technical compatibility, logistics, and perhaps the ability to integrate with existing airport systems are as important as the unit cost. They want the flexibility to discuss the “how” of the delivery, not just the “what.”

Furthermore, the 96-month duration is an aggressive move towards stability. In an era of fluctuating raw material costs (copper, electronics), locking in a framework for eight years provides ADP with budget predictability. For the winning bidders, however, it presents a risk management challenge: how to price materials for 2034 in 2026? The “modification of operational need” cited as the reason for the previous cancellation might well be related to these indexation and long-term volume commitments.

Hermix users analyzing this tender can see that while the deadline is tight, the prize is a foundational contract that anchors a company’s public sector revenue for nearly a decade. The data suggests that while the incumbent landscape is focused, the “multi-attributaire” (multi-winner) structure opens the door for a challenger to take that second slot alongside a primary incumbent.

Create your free account and start winning public contracts, easier.

PRACTICAL TAKEAWAYS FOR BIDDERS

Based on the strict constraints and data in the PDF, here is what bidders need to know to qualify.

Who this tender suits:

  • Large Electrical Distributors: The €30M value and broad scope (“Electrical materials”) favor large-scale distributors rather than niche manufacturers.
  • French-Speaking Entities: The language of the offer is strictly French. All technical documentation, negotiations, and ongoing contract management will be in French.
  • Consortiums: Given the “maximum 2 holders” rule and the breadth of “all sites” (Val-de-Marne, Seine-Saint-Denis), a consortium between a logistics specialist and a technical supplier could be a strong strategy.

Critical attention points:

  • Immediate Action Required: You have approximately two weeks from the publication date (17/02) to the deadline (03/03). This is barely enough time to read the CCTP and formulate a bid. Administrative documents must be ready now.
  • Review the Changes: If you accessed the previous tender (JOUE 191318-2025), do not copy-paste your bid. The budget has dropped by €5M. You must identify where the scope has shrunk.
  • Pricing Strategy for 8 Years: The contract lasts 96 months. Ensure your financial offer includes robust revision clauses or hedging strategies for material costs, as this is a framework agreement where you are locked in.
  • Negotiation Readiness: Prepare your technical teams for interviews. The “Negotiated” procedure means you must be able to defend your supply chain reliability and technical adaptability in person (or via video) after the initial submission.
  • Dual Winner Strategy: Aim to be in the top two. You do not need to be the cheapest to win a spot on the framework, but you must be one of the top two most economically advantageous offers to secure the 8-year tenure.

Aéroports de Paris has signaled a clear intent to lock in its electrical supply infrastructure for the long haul. This €30 million contract is a pivotal opportunity for suppliers to integrate themselves into the operations of a world-class transport hub until 2034. By leveraging the specific procedural insights, such as the negotiated format and the reduced scope from the previous cancellation, smart bidders can turn this high-pressure, short-deadline tender into a defining win.

Create your free account today at https://hermix.com/sign-up/ and win more public contracts with the data-driven approach that helps companies consistently succeed in B2G sales across Europe.

Aéroports de Paris Launches-€30 Million Eight-Year Electrical Materials Supply Framework

Aéroports de Paris Launches €30 Million Eight-Year Electrical Materials Supply Framework

A dual-supplier, 96-month framework agreement for electrical supplies and materials across all Paris airport sites  relaunched after a previous €35 million notice was cancelled due to changes in operational requirements, represents one of Europe’s most significant airport infrastructure supply contracts currently open for bid.

Create a free account and see the full public tender details here: https://app.hermix.com/opportunities/00110820-2026

Aéroports de Paris (ADP), the operator of Charles de Gaulle, Orly, and Le Bourget airports, has published a €30 million competitive negotiation framework for the supply of electrical materials across all its sites. The framework will appoint a maximum of two suppliers, runs for 96 months, and covers electrical supplies, accessories, and materials under CPV codes 31680000 and 31681410. Performance sites are Val-de-Marne and Seine-Saint-Denis, the departments where ADP’s principal airport infrastructure is located.

This is the second attempt at this procurement. A previous notice published on 25 March 2025 under reference JOUE 191318-2025, valued at €35 million, was cancelled following a modification to ADP’s operational requirements. The current notice at €30 million reflects the revised scope. Published on 17 February 2026 with a deadline of 3 March 2026, this is an extremely tight 14-day submission window for a €30 million, eight-year framework. Speed of response is the immediate priority for any qualified supplier.

Create your free account and start winning public contracts, easier.

Opportunity Overview

Contracting Authority: Aéroports de Paris

Reference Number: SPA023036

Document ID: 00110820-2026

Tender Title: Supply of Electrical Materials Across All Aéroports de Paris Sites (Fourniture de matériels électriques sur tous les sites d’Aéroports de Paris)

Scope of Work: Framework agreement for the supply of electrical materials and accessories across all Aéroports de Paris sites. The framework is multi-supplier (maximum two appointed suppliers). It establishes ADP’s technical requirements and supplier obligations, and governs the conditions under which purchase orders will be placed throughout the framework duration. Technical specifications are detailed in the Dossier de Consultation des Entreprises (DCE) transmitted during the candidacy phase, in particular the Cahier des Clauses Techniques Particulières (CCTP).

Lot Structure:

  • Lot 1: Supply of electrical materials across all Aéroports de Paris sites – lot value €30,000,000.00

Location / Place of Performance: Val-de-Marne, Seine-Saint-Denis, France

Estimated Total Value: €30,000,000.00

Contract Duration: 96 months (8 years)

Procedure Type: Negotiated with prior publication of a call for competition / competitive with negotiation

Award Criteria: Unknown (not stated in the PDF)

Publication Date: 17/02/2026

Deadline: 03/03/2026

Language Requirements: French only

EU Funding: No

Contact: DHATI / dhati@adp.fr / 0174221567

Submission Portal: https://fournisseurs.aeroportsdeparis.fr/

Previous Related Notice: JOUE 191318-2025, published 25/03/2025, value €35,000,000 – cancelled due to modification of operational requirements

Ready to qualify tenders like this faster? Create your free Hermix account at https://hermix.com/sign-up/

Authority and History

Aéroports de Paris is the operator of the Paris airport system, classified under airport-related activities. It manages Charles de Gaulle (CDG) in Val-de-Marne and Seine-Saint-Denis, Orly in Val-de-Marne, and Le Bourget, among other facilities. ADP is one of the largest airport operators in Europe by passenger volume. Its infrastructure maintenance and supply requirements are substantial, continuous, and cover a broad range of electrical, mechanical, and technical materials across terminals, runways, logistics facilities, and operational buildings.

The procurement context in the Hermix platform reflects the scale of ADP’s overall buying operation. All open tenders currently stand at 8, totaling €243 million. All contract awards reach 50, totaling €266 million. The all-renewals pipeline is very large: 301 contracts worth €8.4 billion. Similar renewals number 14, valued at €173 million. Similar contract awards are recorded as 1, with a value of €0 in the dataset (the data reflects the classification rather than a zero-value award). No similar prior notices are active.

The renewal pipeline is the defining strategic figure. With 301 all renewals worth €8.4 billion, ADP is a continuous, high-volume buyer across multiple procurement categories. A supplier winning this electrical materials framework gains an eight-year relationship with an authority whose total renewal pipeline dwarfs any single contract value. Beyond ADP, 681 other buyers hold similar projects totaling €1 billion in comparable electrical materials and supplies procurement, confirming sustained demand across European infrastructure operators.

Competitive Landscape

The Winners of Similar Contracts table contains a single entry with incomplete financial data. The full dataset as recorded in the PDF is:

  • Fonroche Lighting: 1 contract, value not stated in the PDF

The Contractors’ Countries table records France with 1 contract, value not stated. No financial figures are available for either Fonroche Lighting’s contract value or the France country total in the similar contracts dataset.

Fonroche Lighting is a French company specialising in solar-powered and energy-efficient public lighting systems. Its presence as the sole recorded similar contract winner at ADP indicates a prior engagement in the lighting and electrical materials space at the airport. However, with only one recorded entry and no financial data, this dataset offers limited competitive intelligence for this specific procurement.

The thin similar contracts data should not be misread as low competition. ADP is a major infrastructure buyer that historically works with large electrical distribution and materials supply companies. The electrical materials market across French infrastructure operators involves established distributors such as Rexel, Sonepar, and Würth, as well as specialist airport infrastructure suppliers. The prior €35 million notice that was cancelled before award means no incumbent was formally appointed from that process, leaving the field more open than a direct renewal scenario would imply. The competitive negotiation procedure gives ADP the ability to shortlist and negotiate with a select group of qualified candidates, meaning the effective competition is shaped by the candidacy phase rather than an open submission free-for-all.

Commercial and Procedural Signals

Dual-Supplier Framework: The multi-attributaire structure with a maximum of two appointed suppliers is commercially significant. ADP will divide its electrical materials purchase orders between two framework holders throughout the 96-month term. This is not an exclusive single-supplier arrangement. Both winners will receive orders, though the split mechanism and minimum/maximum order allocation per supplier are governed by the CCTP documentation rather than stated in the PDF. For bidders, the practical implication is that two positions are available and competition is not winner-takes-all.

96-Month Duration: Eight years is an exceptionally long framework term for a supply contract of this type. It reflects ADP’s operational requirement for long-term supply continuity across critical airport infrastructure. For a supplier, 96 months of purchase order flow from one of Europe’s busiest airport operators represents a strategic position worth significant investment to secure. Pricing must be structured to sustain delivery and margin across the full eight-year period, accounting for material cost inflation, supply chain disruptions, and operational scale changes.

Cancelled Predecessor: The previous notice at €35 million was cancelled due to a modification of ADP’s operational requirements. This is stated explicitly in both the short description and the lot description. The revised value of €30 million represents a €5 million reduction from the original scope. Suppliers who participated in the cancelled 2025 process should review what changed in the operational requirements before submitting the revised candidacy. Suppliers new to this procurement should request the full DCE to understand the current scope precisely.

Procedure Type: The competitive negotiation with prior publication is a two-stage process. The candidacy phase screens and shortlists qualified suppliers. Shortlisted candidates then receive the full technical documentation (CCTP) and submit competitive proposals followed by negotiation rounds. The award criteria are not disclosed in the PDF; they will be communicated with the full consultation documents to shortlisted candidates.

Submission Timeline: From publication on 17 February 2026 to the deadline of 3 March 2026 is just 14 days. This is the tightest window across the current set of tenders. For a €30 million, eight-year framework from one of Europe’s largest airport operators, 14 days is an unusually compressed initial response period. Suppliers must register immediately on fournisseurs.aeroportsdeparis.fr and submit their candidacy without delay. The deadline is firm.

Language: French is the only permitted language for all submission documents.

Narrative Insight

The cancellation and relaunch story is the most strategically important context for this tender. ADP published a €35 million version of this framework in March 2025, ran the process, and then cancelled it before award due to a change in operational requirements. The revised procurement at €30 million reflects a restructured scope that has presumably passed internal approval. For suppliers, this history signals two things: first, that ADP has been planning this supply relationship for almost a year; second, that the revised scope is more stable than the first version.

The dual-supplier structure deserves careful strategic attention. Two positions are available. A supplier that wins a framework position but is not the primary order recipient still holds a contractually guaranteed relationship with ADP for eight years, and can accumulate revenue through the secondary allocation of purchase orders. For electrical materials distributors looking to establish or deepen a presence in French airport infrastructure supply, the second position may be as commercially valuable as the first if the primary winner holds only a marginal volume advantage under the call-off mechanism.

Fonroche Lighting as the sole similar contract entry is an interesting data point. Fonroche’s specialism in solar lighting does not obviously position it as a full-spectrum electrical materials distributor, which is what this framework requires. This suggests either that the similar contract dataset is narrow in scope, or that ADP’s prior electrical materials procurement has not been fully captured in the Hermix dataset. Either way, the competitive landscape should be assessed from first principles based on who the major French electrical materials distributors are, not solely from the one-entry similar contracts table.

Hermix users tracking French infrastructure procurement can access ADP’s full authority profile, the €8.4 billion all-renewals pipeline, and the 681 comparable buyers across Europe totaling €1 billion in similar projects, building a comprehensive picture of the electrical materials supply market for major infrastructure operators in minutes rather than days.

Create your free account and start winning public contracts, easier.

Practical Takeaways for Bidders

Who this tender suits:

  • Major French electrical materials distributors and wholesalers with the supply chain breadth, logistics infrastructure, and French airport or comparable critical infrastructure supply experience to serve all ADP sites across Val-de-Marne and Seine-Saint-Denis across an eight-year framework
  • Electrical materials specialists with established relationships with leading manufacturers across the full range of electrical supplies, accessories, and materials required in airport operational and maintenance environments
  • Companies with the financial capacity and operational scale to sustain delivery across a €30 million, 96-month framework, including pricing models that account for material cost inflation and supply chain variability over eight years
  • Suppliers who participated in the cancelled March 2025 process under JOUE 191318-2025 and are ready to resubmit candidacy with an understanding of the revised €30 million scope

Critical attention points:

  • The submission deadline is 3 March 2026, just 14 days after publication on 17 February 2026. This is the most urgent timeline of any tender in the current batch. Registration on fournisseurs.aeroportsdeparis.fr and candidacy submission must begin immediately
  • The framework is multi-attributaire with a maximum of two appointed suppliers. Two framework positions are available. Understand how ADP will allocate purchase orders between the two holders before pricing your proposal, as the call-off distribution mechanism will directly affect your revenue expectations
  • The previous €35 million notice (JOUE 191318-2025) was cancelled due to a modification of operational requirements. Request the full DCE documentation to understand precisely what changed from the 2025 scope to the current €30 million scope before submitting
  • Award criteria are not stated in the PDF and will be communicated to shortlisted candidates only. The competitive negotiation procedure involves a candidacy screening phase followed by technical and commercial negotiation. Your candidacy submission must demonstrate the full breadth and depth of your electrical materials supply capability
  • French is the only permitted language for all documentation. All candidacy materials, technical responses, and subsequent proposal documents must be submitted in French
  • The 96-month duration requires pricing stability mechanisms that protect your margin across eight years of supply. Address cost escalation, currency stability (all EUR-denominated), and supply chain resilience explicitly in your commercial proposal

Aéroports de Paris’s €30 million, eight-year electrical materials framework is one of the most strategically significant supply contracts currently open in European airport infrastructure procurement. The dual-supplier structure creates two available positions, the revised scope follows a cancelled predecessor, and the 301-contract renewal pipeline worth €8.4 billion confirms ADP as a major long-term buyer across all supply categories. The 14-day deadline to 3 March 2026 is the defining constraint. For an established French electrical materials distributor with airport infrastructure credentials and the agility to move within a fortnight, this framework represents an eight-year revenue base in one of Europe’s busiest and most demanding operational environments.

Create your free account today at https://hermix.com/sign-up/ and win more public contracts with the data-driven approach that helps companies consistently succeed in B2G sales across Europe.

Fourniture de matériels électriques sur tous les sites d'Aéroports de Paris

Shannon Commercial Enterprises Launches €100,000 Energy Efficiency Project Partner Framework Public Tender

A single-lot, 60-month framework agreement for an energy efficiency project partner signals Shannon Group PLC’s structured approach to managing energy and sustainability projects across its Irish airport and commercial property portfolio.

Create a free account and see the full public tender details here: https://app.hermix.com/opportunities/00113715-2026

Shannon Commercial Enterprises is the commercial property and development arm of Shannon Group PLC, the Irish state-owned group that operates Shannon Airport and manages a significant commercial and industrial property portfolio in the Shannon Free Zone and surrounding region. The organization is now seeking a single supplier energy efficiency project partner under a framework agreement, with a total estimated value of €100,000 and a 60-month contract term.

Published on 17 February 2026 with a deadline of 16 March 2026, this is an open procedure under English-language requirements. For energy consultancy, engineering, and sustainability services firms active in Ireland’s public sector market, this is a niche but strategically interesting opportunity with a long contract horizon.

Create your free account and start winning public contracts, easier.

Opportunity Overview

Contracting Authority: Shannon Commercial Enterprises
Reference Number: Not stated in the PDF
Document ID: 00113715-2026
Tender Title: Request for Tender for a Single Supplier Framework Agreement for an Energy Efficiency Project Partner for Shannon Group PLC
Scope of Work: Energy efficiency project partner services for Shannon Group PLC under a single supplier framework agreement. The detailed service description is referenced in the tender documents available via the submission portal.
Lot Structure:

  • Lot 1: Single Supplier Framework Agreement for an Energy Efficiency Project Partner for Shannon Group PLC – lot value €100,000

Location / Place of Performance: South-West, Ireland
Estimated Total Value: €100,000
Contract Duration: 60 months
Procedure Type: Open
Award Criteria: Unknown (not stated in the PDF)
Publication Date: 17/02/2026
Deadline: 16/03/2026
Tender Opening Date: 16/03/2026
Language Requirements: English only
EU Funding: No
Contact: robert.doyle@snnairportgroup.ie / 061 712086
Submission Portal: https://www.etenders.gov.ie/epps/cft/viewTenders.do?resourceId=7523512

Ready to qualify tenders like this faster? Create your free Hermix account at https://hermix.com/sign-up/

Authority and History

Shannon Commercial Enterprises is a body governed by public law, classified under general public services as its main activity. It operates as part of Shannon Group PLC, the Irish state company responsible for Shannon Airport and the Shannon Free Zone, one of Ireland’s longest-established commercial and industrial property zones located in County Clare on the western seaboard.

The authority’s procurement context within the Hermix platform is modest in scale, reflecting the size and specialization of the organization. Similar contract awards number 6, totaling €1 million, with all contract awards reaching 9 at €1.6 million total. The renewal pipeline shows 4 similar renewals, though at negligible total value, and 11 all renewals also at minimal stated value. There are currently no similar or all open tenders active, and no prior notices recorded.

The limited procurement history is consistent with what would be expected from a focused commercial property and airport services organization. Shannon Commercial Enterprises is not a high-volume public buyer. It procures selectively in specialist service categories. Beyond this authority, 3,000 other buyers across Europe hold similar projects totaling €57 billion, confirming that energy efficiency consultancy and project management is a widely procured category at scale across the continent, even if this individual tender is modest in value.

Competitive Landscape

The Winners of Similar Contracts table (data limited to 10 results) shows a small, evenly distributed field of five contractors, each holding one contract at €200K. The full breakdown is as follows:

  • I3PT Certification Association 95120: €200K across 1 contract, averaging €200K per contract
  • Integrated Environmental Solutions 159824: €200K across 1 contract, averaging €200K per contract
  • KSN Project Management: €200K across 1 contract, averaging €200K per contract
  • RPS Consulting Engineers: €200K across 1 contract, averaging €200K per contract
  • Watt Footprint: €200K across 1 contract, averaging €200K per contract

The uniformity of the data is striking. All five listed contractors hold exactly one contract each at exactly €200K. This points to a pattern where similar framework agreements in this category have been awarded at a consistent benchmark value, likely reflecting the typical scoping and budgeting approach for energy efficiency advisory engagements in the Irish public sector.

No contractor has won multiple similar contracts in this dataset, meaning there is no identifiable repeat winner or incumbent with a dominant position. The field is flat in terms of historical concentration. This is a relatively open competitive environment compared to more consolidated markets seen in other procurement categories.

The Contractors’ Countries table confirms Ireland as the sole listed country: 5 contracts totaling €1M with an average of €200K. This is a domestically concentrated market. All five contractors who have won similar contracts are Irish-registered entities, and the combination of English-language requirements and local project delivery in the South-West of Ireland effectively makes this a competition among Irish firms.

Commercial and Procedural Signals

Award Criteria: The PDF lists evaluation criteria as unknown. No weighting or scoring methodology is available. Given the framework structure and the energy efficiency domain, bidders should prepare proposals covering technical capability, relevant project experience, methodology for energy management and efficiency consultancy, and competitive pricing.

Procedure Type: The open procedure means any eligible supplier may submit without prior qualification. Given the small number of similar contract winners in the dataset, competition is likely to be limited to a small pool of specialist Irish energy consultancy and engineering firms.

Framework Structure: The single supplier framework agreement format means one provider will be selected for the full 60-month term. There is no lot-splitting or multi-supplier arrangement. The winning firm becomes Shannon Group’s exclusive energy efficiency project partner for five years under this framework.

Language: English is the only permitted language. This is the standard requirement for Irish public procurement and presents no additional barrier beyond normal compliance.

Contract Duration: 60 months is a long framework term. It signals that Shannon Commercial Enterprises is looking for a stable, embedded advisory relationship rather than a series of individual project commissions. The €100,000 total value spread across five years implies a modest call-off volume, averaging €20,000 per year under the framework. The actual spend may vary depending on project pipeline.

Submission Timeline: From publication on 17 February 2026 to the deadline on 16 March 2026 is 27 days. For a specialist firm already active in Irish public sector energy consultancy, this is sufficient. For firms not currently registered on the etenders.gov.ie platform, immediate registration is required.

EU Funding: Not applicable. Standard Irish public procurement rules govern this procedure.

Narrative Insight

The €100,000 framework value and 60-month duration create an unusual commercial profile. This is not a high-value contract by absolute measure. But the single supplier framework structure means the winning firm gains exclusive access to Shannon Group PLC’s energy efficiency project pipeline for five years. The strategic value is in the relationship, not the headline figure.

Shannon Group PLC operates Shannon Airport and the Shannon Free Zone, a large commercial and industrial estate with significant energy consumption across airport operations, commercial properties, warehouses, and manufacturing facilities. An energy efficiency project partner embedded within this organization for five years will be positioned to influence and potentially deliver a much broader range of projects than the framework ceiling implies. Call-off values under frameworks are not caps on total project spend; they are administrative procurement thresholds.

The uniformity of past contract values at €200K across all five similar contract winners is informative. It suggests that energy efficiency advisory engagements in this sector have been scoped and budgeted consistently. The current framework at €100,000 is at the lower end of this historical range, which may reflect a tighter initial scope or an intention to structure larger project delivery under separate procurement instruments.

The absence of a repeat winner in the competitive data means no incumbent holds an advantage on the basis of prior awards. The field is genuinely open. Firms with strong credentials in airport or commercial property energy management, renewable energy integration, or ISO 50001 energy management systems will carry relevant positioning.

Hermix users analyzing this tender can access the full competitive picture for Irish energy efficiency procurement instantly, including contractor profiles, authority spending patterns across Shannon Group entities, and similar opportunities across 3,000 buyers in this category, in minutes rather than hours.

Create your free account and start winning public contracts, easier.

Practical Takeaways for Bidders

Who this tender suits:

  • Irish energy consultancy and engineering firms with demonstrated experience delivering energy efficiency projects for airport operators, commercial property managers, or similar infrastructure-intensive public sector clients
  • Firms with expertise in energy management services, energy efficiency consultancy, solar energy, and other renewable or efficiency-focused disciplines matching the tender’s CPV topic codes
  • Organizations capable of committing to a 60-month exclusive framework relationship with a single public authority, including maintaining relevant staff and capability continuity across the contract term
  • Smaller specialist consultancies suited to a €100,000 framework value, including firms similar in profile to the five existing similar contract winners: KSN Project Management, RPS Consulting Engineers, Watt Footprint, I3PT Certification Association, and Integrated Environmental Solutions

Critical attention points:

  • The 27-day window from 17 February to 16 March 2026 requires immediate action. Firms not yet registered on etenders.gov.ie must register before submission
  • Award criteria are not disclosed in the PDF. Prepare a comprehensive proposal covering energy efficiency methodology, relevant project references, team qualifications, and commercial terms rather than assuming a price-led evaluation
  • The single supplier framework means one firm wins everything. There is no consolation for second place. Proposal quality and fit with Shannon Group’s specific portfolio must be clearly demonstrated
  • The €100,000 framework ceiling is modest but the 60-month duration creates a long-term embedded relationship. Frame your proposal around the partnership value and five-year delivery capability, not just the immediate contract value
  • Place of performance is listed as South-West Ireland. Firms without existing presence or project delivery experience in the Shannon and County Clare region should consider how they will demonstrate credible local delivery capacity
  • Submissions must be completed through the etenders.gov.ie platform before the 16 March 2026 deadline

Shannon Commercial Enterprises is a focused public buyer operating within Ireland’s Shannon Group PLC structure, with a procurement history that reflects selective, specialist commissioning in energy and engineering services. This 60-month single supplier framework is a long-term entry point into a commercially significant property and airport portfolio. For the right Irish energy consultancy firm, the strategic positioning value over five years substantially exceeds the stated framework ceiling. Structured market intelligence identifying the competitive field and authority procurement history is what distinguishes a well-prepared bid from a speculative one.

Create your free account today at https://hermix.com/sign-up/ and win more public contracts with the data-driven approach that helps companies consistently succeed in B2G sales across Europe.

Shannon Commercial Enterprises Launches-€100,000 Energy Efficiency Project Partner Framework Public Tender

Service 24 Ambiente Launches €595,700 Wood Waste Treatment and Recovery Services Tender in Como

A 24-month open procedure contract for the treatment and recovery of non-hazardous wood waste and wood packaging in the Como province signals recurring demand in a northern Italian environmental services market dominated by established regional waste management operators.

Create a free account and see the full public tender details here: https://app.hermix.com/opportunities/00111084-2026

Service 24 Ambiente, a body governed by public law operating in environmental protection in the Como province of Lombardy, has published a €595,700 open procedure tender for the treatment and recovery of wood waste classified under EER codes 20.01.38 and 15.01.03. The service period runs from 1 April 2026 to 31 March 2027, with an option to extend for an additional 12 months, bringing the potential total contract duration to 24 months. Award is on price alone.

Published on 17 February 2026 with a deadline of 13 March 2026, this is a price-driven, Italian-language procurement for a defined and recurring waste stream. For Italian waste management and wood waste recovery operators active in the Lombardy region, the 24-day submission window requires immediate action. The tender opens on 16 March 2026.

Create your free account and start winning public contracts, easier.

Opportunity Overview

Contracting Authority: Service 24 Ambiente
Reference Number: 611/2026
Document ID: 00111084-2026
Tender Title: Treatment and Recovery of Wood Waste – EER Code 20.01.38 (other than EER 20.01.37) and Wood Packaging EER 15.01.03 – Period 1.4.2026 to 31.3.2027 (with option to extend for a further 12 months)
Scope of Work: Treatment and recovery services for two categories of non-hazardous wood waste collected in the Como area:

  • EER 20.01.38: Wood waste from separate municipal collection, excluding hazardous wood waste classified under EER 20.01.37
  • EER 15.01.03: Wood packaging waste
  • Lot Structure:
  • Lot 1: Treatment and recovery of wood waste EER 20.01.38 and wood packaging EER 15.01.03, period 1.4.2026 to 31.3.2027 with 12-month extension option – lot value €595,700.00

Location / Place of Performance: Como, Italy
Estimated Total Value: €595,700.00
Contract Duration: 24 months (12-month initial period 1.4.2026 to 31.3.2027, with option to extend for a further 12 months)
Procedure Type: Open
Award Criteria: Price
Publication Date: 17/02/2026
Deadline: 13/03/2026
Tender Opening Date: 16/03/2026
Language Requirements: Italian only
EU Funding: No
Contact: calcagni@service24.co.it / 03142206
Submission Portal: https://service24.acquistitelematici.it/

Ready to qualify tenders like this faster? Create your free Hermix account at https://hermix.com/sign-up/

Authority and History

Service 24 Ambiente is a body governed by public law with environmental protection as its main activity, operating in the Como province of Lombardy in northern Italy. It is a public entity responsible for waste management and environmental services in its area of jurisdiction. The procurement of wood waste treatment and recovery services is a recurring operational requirement for a body of this type, driven by the continuous flow of separately collected municipal wood waste and wood packaging from households and collection centers in the Como area.

The Hermix platform shows 18 similar contract awards totaling €33 million and 27 all contract awards totaling €36 million for comparable procurement activity. The renewal pipeline is significant: 19 similar renewals valued at €68 million and 21 all renewals totaling €72 million. One similar open tender currently active is valued at €304K. No similar or all prior notices have been recorded.

The renewal pipeline is the most strategically important data point. With 19 similar renewals worth €68 million in the pipeline, this category generates consistent, recurring procurement volume that favors operators who establish relationships with Italian environmental bodies and maintain compliant waste processing capacity. Beyond Service 24 Ambiente, 3,300 other buyers hold similar projects totaling €39 billion across Europe, confirming that wood waste treatment and recovery is a large and active procurement category across the continent.

Competitive Landscape

The Winners of Similar Contracts table (data limited to 10 results) shows a market with one clearly dominant player operating at a scale well above all others, followed by a tier of regional operators at more comparable values to this contract. The full breakdown is:

  • Econord: €18M across 2 contracts, averaging €9.2M per contract
  • Silea: €5.8M across 2 contracts, averaging €2.9M per contract
  • ACSM Agam Ambiente: €2.5M across 2 contracts, averaging €1.2M per contract
  • Caris Servizi: €2.2M across 1 contract, averaging €2.2M per contract
  • Silea: €1.3M across 1 contract, averaging €1.3M per contract
  • Montello: €741K across 1 contract, averaging €741K per contract
  • Cesel: €584K across 1 contract, averaging €584K per contract
  • A2A Ambiente: €535K across 1 contract, averaging €535K per contract
  • Verdeambiente: €458K across 1 contract, averaging €458K per contract
  • Garden Azienda Agricola Snc di Radaelli Elio Giuseppe Walter e C: €356K across 1 contract, averaging €356K per contract

Econord stands alone at the top. With €18 million across just 2 contracts and an average of €9.2 million per contract, it operates at a scale fifteen times larger than the current tender value. Econord is a major northern Italian waste management operator active across Lombardy, managing integrated environmental services for multiple municipalities and public bodies. Its dominance in the similar contracts dataset reflects a broad and long-standing presence in the Como area waste management market.

Silea appears twice in the table with separate entries: €5.8 million across 2 contracts at an average of €2.9 million, and €1.3 million from a single contract. SILEA SpA is the territorial waste management company for the Lecco and Como provinces, making it a direct and permanent competitor for any wood waste tender in this geographic area. Its combined recorded value in this dataset is €7.1 million, placing it firmly as the second most significant player in the market.

The mid-tier contractors, including ACSM Agam Ambiente, Caris Servizi, Montello, Cesel, A2A Ambiente, and Verdeambiente, operate at contract values closer to the €595K scale of this tender. Cesel at €584K and A2A Ambiente at €535K are particularly relevant precedents. Montello at €741K is a specialist wood waste and biomass recycling operator based in Lombardy, making it a direct category specialist rather than a general waste management company. Garden Azienda Agricola at €356K is the smallest and most atypical entry, suggesting an agricultural waste processor that has previously provided wood recovery services.

The Contractors’ Countries table confirms Italy as the only listed country: 14 contracts totaling €33 million at an average of €2.4 million per contract. This is an entirely domestically served market, as expected given the Italian-only language requirement and the operational logistics of collecting and processing wood waste streams from the Como area.

Commercial and Procedural Signals

Award Criteria: Price is the sole evaluation criterion. This is a lowest-price competition for a defined waste processing service. The wood waste volumes, collection logistics, and processing requirements are fixed by the service specification. The winning factor is the bidder’s ability to process EER 20.01.38 and EER 15.01.03 waste streams cost-effectively and to price that service competitively. Operators with existing processing capacity and established logistics in the Lombardy region carry natural cost advantages.

Extension Option: The 12-month extension option is commercially significant. A contract structured as a 12-month initial period with a 12-month option gives Service 24 Ambiente flexibility to extend a performing contractor without re-tendering. For bidders, pricing must sustain delivery across the full potential 24-month term, not just the initial period. Undercutting on price to win the first year and then requesting renegotiation at extension point is not viable under Italian public procurement rules.

EER Classification: The two waste codes define the scope precisely. EER 20.01.38 covers wood waste from separate municipal collection that is non-hazardous (explicitly excluding the hazardous category EER 20.01.37). EER 15.01.03 covers wood packaging. These are standard municipal waste streams generated continuously through residential collection and packaging recovery. Bidders must hold the appropriate Italian environmental authorisations to accept, transport, treat, and recover these specific EER categories.

Procedure Type: The open procedure allows any eligible supplier to submit without prior qualification. In practice, Italian waste management licensing requirements, processing facility authorisations, and the Italian-only language requirement effectively restrict competition to Italian-based operators with the correct regulatory permissions for these waste codes.

Timeline: From publication on 17 February 2026 to the deadline of 13 March 2026 is 24 days. The tender opens on 16 March 2026, three days after the submission deadline. Bids must be submitted through the service24.acquistitelematici.it platform. Registration on this platform, if not already completed, must begin immediately.

Narrative Insight

This is a focused, price-only procurement for a defined and recurring waste stream in northern Italy. The competitive dynamics are shaped entirely by two factors: regulatory compliance and cost structure. Any operator without Italian EER waste processing authorisations for codes 20.01.38 and 15.01.03 cannot bid. Any operator with those authorisations competes on price alone.

The presence of Econord and SILEA as the top two similar contract winners is a strong market signal. Both are institutional waste management operators deeply embedded in the Como and Lecco province public service infrastructure. They process wood waste at scale, have existing relationships with Service 24 Ambiente and similar bodies, and their cost structures reflect high-volume operations. A challenger bidder needs either a lower cost base, more efficient wood waste processing logistics, or a pricing strategy that accepts a tighter margin to enter and establish a presence in this buyer’s procurement cycle.

Montello is worth watching as a specialist competitor. Its focus on wood waste and biomass recovery means it is precisely calibrated for this type of contract rather than a general waste management operator deploying spare capacity. Specialist operators in this category sometimes offer more competitive pricing on wood-specific streams because it aligns with their core processing infrastructure.

The 19 similar renewals worth €68 million in the pipeline confirm that wood waste treatment contracts recur systematically across the Como area and broader Lombardy region. A supplier winning this €595K contract enters a renewal cycle that, across the full pipeline of similar buyers, represents a substantial and predictable revenue base. The initial contract is the entry point, not the destination.

Hermix users tracking Italian environmental services procurement can access the full pipeline of wood waste and related contracts across 3,300 similar buyers totaling €39 billion, monitor Service 24 Ambiente’s authority profile and renewal calendar, and qualify comparable Lombardy region opportunities without manual searching across Italian procurement portals.

Create your free account and start winning public contracts, easier.

Practical Takeaways for Bidders

Who this tender suits:

  • Italian waste management operators holding valid environmental authorisations for the treatment, recovery, and transport of EER 20.01.38 (non-hazardous wood waste from municipal separate collection) and EER 15.01.03 (wood packaging waste), with processing facilities within practical logistics distance of the Como area
  • Wood waste and biomass recovery specialists such as Montello-type operators with dedicated wood processing infrastructure and cost structures optimised for these specific EER categories
  • Regional Lombardy waste management companies with established operational presence in the Como and Lecco province area, capable of competing on price in a lowest-cost evaluation
  • Operators already registered on the service24.acquistitelematici.it e-procurement platform or able to complete registration within the 24-day submission window

Critical attention points:

  • The submission deadline is 13 March 2026, just 24 days after publication on 17 February 2026. The tender opens on 16 March 2026. Registration and submission through service24.acquistitelematici.it must be completed before the deadline with no exceptions
  • Price is the only award criterion. Your bid price must reflect full delivery costs across the potential 24-month term, including the 12-month extension option, since Italian public procurement rules do not permit renegotiation at extension point
  • Valid Italian environmental authorisations for EER 20.01.38 and EER 15.01.03 are a prerequisite for participation. Confirm that your authorisations explicitly cover these two waste codes and are current before submitting
  • Italian is the only permitted language. All documentation must be submitted in Italian
  • Econord (€18M, 2 contracts, €9.2M average) and SILEA (€7.1M combined, multiple contracts) are the dominant competitors in this market by recorded value. Assess your cost position relative to these large-scale operators before finalising your pricing strategy
  • The service period starts 1 April 2026, less than three weeks after the 13 March 2026 deadline. Confirm that your processing capacity and collection logistics can be mobilised to begin service delivery on 1 April 2026 if you win

Service 24 Ambiente’s wood waste treatment and recovery tender sits within a substantial and renewal-driven Italian environmental services market, with 19 similar renewals worth €68 million in the pipeline and 3,300 comparable buyers across Europe. The price-only evaluation and Italian regulatory prerequisites define a competitive field of authorised Lombardy waste operators where cost structure and processing efficiency determine the outcome. For a qualified operator with the right EER authorisations and competitive logistics, the 24-day window to 13 March 2026 is the entry point to a recurring procurement relationship in a market where established suppliers like Econord and SILEA have demonstrated that repeat contract awards are the norm.

Create your free account today at https://hermix.com/sign-up/ and win more public contracts with the data-driven approach that helps companies consistently succeed in B2G sales across Europe.

Service 24 Ambiente Launches-€595,700 Wood Waste Treatment and Recovery Services Tender in Como

Region Jönköpings Län Launches €6.56 Million Network Products and Associated Services Tender

A single-lot, 47-month supplies and services contract for network infrastructure equipment and related services positions one of Sweden’s larger regional health and public administration authorities as a significant buyer in a domestically concentrated IT procurement market.

Create a free account and see the full public tender details here: https://app.hermix.com/opportunities/00112294-2026

Region Jönköpings Län, the regional authority responsible for healthcare, public transport, and regional development in Jönköping County in southern Sweden, has published a €6,560,244.92 open procedure tender for network products and associated services. The contract is structured as a single lot with a 47-month duration, covering computer-related equipment under CPV domain 30000000 and topic 30230000.

Published on 17 February 2026 with a deadline of 15 March 2026, this is a Swedish-language procurement listed on TED. For IT infrastructure suppliers and network equipment distributors active in Swedish public sector markets, this is a high-value, long-duration opportunity from a regional authority with a substantial procurement history and a deep contract renewal pipeline.

Create your free account and start winning public contracts, easier.

Opportunity Overview

Contracting Authority: Region Jönköpings Län

Reference Number: Not stated in the PDF

Document ID: 00112294-2026

Tender Title: Network Products and Associated Services (Nätverksprodukter och tillhörande tjänster)

Scope of Work: Supply of network products and associated services for Region Jönköpings Län. The detailed technical specification is referenced in the tender documents available via the submission portal. CPV domain covers office and computing machinery, equipment and supplies; CPV topic covers computer-related equipment.

Lot Structure:

  • Lot 1: Network Products and Associated Services – lot value €6,560,244.92

Location / Place of Performance: Jönköpings Län, Sweden

Estimated Total Value: €6,560,244.92

Contract Duration: 47 months

Procedure Type: Open

Award Criteria: Unknown (not stated in the PDF)

Publication Date: 17/02/2026

Deadline: 15/03/2026

Tender Opening Date: 16/03/2026

Language Requirements: Swedish only

EU Funding: No

Contact: inkop@rjl.se / 010-241 00 00

Submission Portal: https://annonser.clira.io/upphandling/db230e19-556c-4791-969a-bf4319918f52

Ready to qualify tenders like this faster? Create your free Hermix account at https://hermix.com/sign-up/

Authority and History

Region Jönköpings Län is a body governed by public law, classified under general public services as its main activity. As a Swedish regional authority, it is responsible for primary healthcare, hospital services, public transport, and regional development across Jönköping County. Network infrastructure is a core operational requirement for an organization of this size, supporting clinical systems, administrative functions, and public service delivery across multiple sites.

The procurement context in the Hermix platform reflects a large and active buying operation. Similar contract awards number 47, totaling €55 million. All contract awards reach 1,500, totaling €4.2 billion. The renewal pipeline is substantial: 34 similar renewals valued at €58 million and 548 all renewals totaling €1.4 billion. There are currently no similar open tenders active, though 9 all open tenders total €11 million. One similar prior notice is valued at €1.8 million, with 21 all prior notices at €11 million.

The renewal data is the most strategically significant figure. With 34 similar renewals worth €58 million in the pipeline and 548 all renewals worth €1.4 billion, Region Jönköpings Län is a continuous, high-volume buyer. A supplier winning this network infrastructure contract enters a long-term relationship with an authority whose procurement cycle generates billions in recurring spend. Beyond Region Jönköpings Län itself, 75 other buyers with similar projects total €425 million, confirming steady comparable demand across Swedish regional authorities.

Competitive Landscape

The Winners of Similar Contracts table (data limited to 10 results) shows a two-tier market structure: a dominant single-contract player at high value and a cluster of repeat winners at significantly lower per-contract averages. The full breakdown is as follows:

  • Techstep: €11M across 1 contract, averaging €11M per contract
  • Atea: €7M across 2 contracts, averaging €3.5M per contract
  • Felestad Trading: €884K across 2 contracts, averaging €442K per contract
  • UPS Teknik i Vast: €832K across 2 contracts, averaging €416K per contract
  • Enaco Sverige: €832K across 2 contracts, averaging €416K per contract
  • Corima: €797K across 2 contracts, averaging €398K per contract
  • Elektronik Datautveckling: €629K across 2 contracts, averaging €314K per contract
  • Office Depot: €619K across 2 contracts, averaging €310K per contract
  • Profilpartner Swardh Bjork: €328K across 2 contracts, averaging €164K per contract
  • Jor AB: €214K across 2 contracts, averaging €107K per contract

Techstep stands out as a single-contract outlier with €11 million from one award. That single contract value exceeds the combined total of every other contractor in the dataset except Atea. It signals that this market occasionally produces very large single-award contracts, of which this €6.56 million tender is a clear example.

Atea is the most important repeat player. With €7 million across 2 contracts and an average of €3.5 million per contract, Atea operates firmly in the upper tier of this market. It is one of Scandinavia’s largest IT distributors and a consistent winner in Swedish public sector network infrastructure procurement. Its two-contract presence at high average values reflects systematic, scaled engagement with regional authorities rather than occasional opportunistic wins.

The remaining eight contractors each hold two contracts but at significantly lower values, ranging from €884K for Felestad Trading down to €214K for Jor AB. This lower cluster represents a mix of specialist IT distributors, technical service providers, and office supply companies. Nine out of ten listed contractors hold exactly two contracts, suggesting a pattern of framework or repeat call-off arrangements at the smaller end of the market.

The Contractors’ Countries table confirms Sweden as the dominant market with 45 contracts totaling €55 million and an average of €1.2 million per contract. One additional entry lists Montserrat with 1 contract at €472K and an average of €472K. This is an unusual geographic data point but is reported as stated in the PDF. The market is overwhelmingly Swedish in contractor origin, consistent with the Swedish-only language requirement and the regional delivery context.

Commercial and Procedural Signals

Award Criteria: The PDF lists evaluation criteria as unknown. No weighting or methodology is disclosed. For a network products and services supply contract of this type, evaluation typically encompasses technical specifications compliance, pricing structure, and potentially service level commitments. Bidders should prepare comprehensive technical and commercial proposals covering all aspects of the stated scope.

Procedure Type: The open procedure means any eligible supplier may submit without prior qualification. Given the Swedish-only language requirement and the domestic contractor concentration in the competitive data, competition will effectively be limited to suppliers with established Swedish public sector supply chain capability.

Contract Duration: 47 months is a long supply and services term for IT infrastructure. It signals a preference for a stable, managed supply relationship rather than a series of transactional purchases. Suppliers must demonstrate not just product availability and pricing but the service continuity and support infrastructure to sustain delivery across a near-four-year term.

Language: Swedish is the only permitted language. All submission documents, technical specifications responses, and service communications must be in Swedish without exception.

Submission Timeline: From publication on 17 February 2026 to the deadline on 15 March 2026 is 26 days. The tender opens one day later on 16 March 2026. This is a tight window for a procurement of this scale and value. Suppliers not already registered and active on the clira.io platform should prioritize immediate registration. The short timeline favors suppliers with pre-prepared technical profiles and established supplier relationships with the region.

EU Funding: Not applicable. Standard Swedish public procurement rules govern this procedure.

Narrative Insight

The competitive data tells a clear story about this market. Techstep’s single €11 million contract and Atea’s two contracts averaging €3.5 million establish that large regional network infrastructure procurements in Sweden are won by well-resourced IT distributors with deep public sector supply chains and service capability. This €6.56 million, 47-month contract sits squarely within that value range.

Atea is the most significant competitive signal. As one of Scandinavia’s largest IT infrastructure suppliers, it combines product breadth, manufacturer partnerships, and established public sector relationships that smaller Swedish IT distributors cannot easily replicate at this contract scale. Any bidder without equivalent supply chain depth and regional service capability will be competing at a structural disadvantage on both pricing and service delivery.

The cluster of smaller contractors at sub-€500K average values reflects a different market segment: routine IT supply and maintenance rather than comprehensive network infrastructure delivery. Their presence in the dataset likely reflects awards at lower value thresholds under framework arrangements rather than direct competition for contracts of this size.

The 47-month duration combined with no stated evaluation criteria creates a procurement where the full technical and commercial case matters. With price weighting unknown, a supplier that presents a compelling service continuity narrative, strong manufacturer relationships, and credible regional delivery infrastructure may differentiate effectively beyond pure pricing.

Hermix users analyzing this tender can access the complete Swedish public sector IT procurement landscape instantly, including Atea’s full contract history, Region Jönköpings Län’s authority profile and renewal pipeline of 34 similar contracts worth €58 million, and the broader market of 75 comparable buyers totaling €425 million, in minutes rather than hours.

Create your free account and start winning public contracts, easier.

Practical Takeaways for Bidders

Who this tender suits:

  • Swedish IT distributors and network equipment suppliers with established public sector supply chains, manufacturer authorisations for major network hardware brands, and proven regional service delivery capability in southern Sweden
  • Mid-to-large IT companies with the financial stability and logistics infrastructure to sustain a 47-month supply and services contract at €6.56 million total value
  • Suppliers with existing Swedish public sector framework agreements or regional authority relationships enabling rapid mobilisation within the 26-day submission window
  • Companies comparable in profile to the leading similar contract winners, particularly Atea and Techstep, with demonstrated high-value network infrastructure delivery for Swedish regional authorities

Critical attention points:

  • The submission deadline is 15 March 2026, just 26 days after publication on 17 February 2026. Immediate action is required. Registration and submission through the clira.io platform must be completed before the deadline
  • Award criteria are not disclosed in the PDF. Prepare a comprehensive proposal covering technical specifications compliance, pricing structure, service levels, and support infrastructure rather than optimising for price alone
  • Swedish is the only permitted language. All documentation must be submitted in Swedish without exception
  • The 47-month contract duration requires demonstrating sustained service and supply capability, not just competitive product pricing. Bidders must address how they will maintain performance across nearly four years
  • Atea is the key incumbent competitor at scale with two high-value similar contracts averaging €3.5 million. Any competing bid must address how it matches or exceeds Atea’s supply chain depth, manufacturer relationships, and regional service infrastructure
  • The Montserrat contractor entry in the countries table is as stated in the PDF and does not indicate international competition; the market is effectively domestic Swedish

Region Jönköpings Län is an active and significant buyer in Swedish public sector IT procurement, with a renewal pipeline of 34 similar contracts worth €58 million and a total all-renewals pipeline of €1.4 billion confirming continuous demand across the full IT estate. This €6.56 million, 47-month network infrastructure contract is a high-value opportunity in a market where scale, supply chain strength, and service continuity determine outcomes. For IT suppliers with the right Swedish public sector credentials and the ability to move quickly in a 26-day window, the competitive field is limited and the prize is substantial.

Create your free account today at https://hermix.com/sign-up/ and win more public contracts with the data-driven approach that helps companies consistently succeed in B2G sales across Europe.

Nätverksprodukter och tillhörande tjänster

Metro de Madrid Public Tender: €1.27 Million Rolling Stock Door Maintenance TenderMetro de

A 48-month preventive maintenance contract for passenger door systems on Series 3000-1st trains signals Madrid’s commitment to operational reliability across one of Europe’s largest metro networks.

Create a free account and see the full public tender details here: https://app.hermix.com/opportunities/00048146-2026

Metro de Madrid has published a €1.27 million tender for long-cycle preventive maintenance services on passenger access doors across its Series 3000-1st rolling stock fleet. Split into two lots covering different train configurations (MRSM and MRSSRM variants), with a February 20, 2026 deadline and a four-year contract term, this procurement represents systematic investment in maintaining service reliability and passenger safety across Madrid’s extensive urban rail network.

The tender reflects Metro de Madrid’s mature rolling stock maintenance strategy, evidenced by 832 historical contracts worth €3 billion and 255 upcoming renewals valued at €1.3 billion. With 196 similar maintenance contracts totaling €365 million already awarded, the authority demonstrates consistent, professional procurement operations where specialized technical capability and proven metro experience drive long-term vendor relationships.

Create your free account and start winning public contracts, easier.

Opportunity Overview

Contracting Authority: Metro de Madrid
Reference Number: 6012600009
Tender Title: Servicio de Mantenimiento Preventivo de Ciclo Largo de las Puertas de Acceso de Viajeros en el Material Móvil de la Serie 3000-1ª

Scope of Work:
Long-cycle preventive maintenance services for passenger access door equipment on Series 3000-1st rolling stock, encompassing:

Lot 1 – Series 3000-1st MRSM Trains:

  • Preventive maintenance on passenger door systems
  • Long-cycle maintenance protocols
  • Contract value: €664,200.00

Lot 2 – Series 3000-1st MRSSRM Trains:

  • Preventive maintenance on passenger door systems
  • Long-cycle maintenance protocols
  • Contract value: €610,200.00

Location: Madrid, Spain
Total Contract Value: €1,274,400.00
Contract Duration: 48 months (4 years)
Procedure Type: Open procedure
Award Criteria: Quality and Price (specific weightings not disclosed)

Key Dates:

  • Publication: January 22, 2026
  • Submission Deadline: February 20, 2026 (29 days from publication)
  • Tender Opening: February 21, 2026

Language Requirements: Spanish only
EU Funding: No

Financial Guarantees Required:

  • Provisional: None
  • Definitive: 5% of base budget (VAT excluded)
  • Complementary: 5% of base budget (VAT excluded) if required

Contact Details:

Submission Portal: https://www.metromadrid.es/es/perfil-del-contratante/

Ready to win Spanish public transport maintenance contracts? Create your free Hermix account at https://hermix.com/sign-up/ and access AI-powered tender analysis, automated Spanish tender monitoring, and competitive intelligence across Europe’s €2 trillion public procurement market.

Authority Profile: Metro de Madrid’s Procurement Excellence

Metro de Madrid operates one of Europe’s largest and most complex urban rail networks, serving Spain’s capital with 302 kilometers of track, 302 stations, and approximately 2 million daily passengers. As the backbone of Madrid’s public transport system, the metro requires continuous, systematic maintenance to ensure operational reliability, passenger safety, and service quality.

The authority’s procurement operations reflect the scale and sophistication required to maintain such extensive infrastructure. Metro de Madrid doesn’t experiment with maintenance procurement—it executes systematic, professional operations built on decades of experience managing complex rolling stock fleets.

Overall Procurement Activity:

  • Total Contract Awards: 832 contracts worth €3.0 billion
  • Active Tender Pipeline: 10 open tenders valued at €14 million
  • Renewal Forecast: 255 potential contract renewals worth €1.3 billion

Rolling Stock Maintenance Services:

  • Similar Contract Awards: 196 contracts totaling €365 million (average: €2.6M per contract)
  • Similar Open Tenders: 3 current opportunities worth €4.4 million
  • Similar Renewals: 91 upcoming renewals worth €470 million (average: €5.2M per contract)
  • Prior Notices: 75 published notices worth €722 million

The substantial renewal pipeline (€470M across 91 contracts) signals consistent, cyclical contract management where proven maintenance providers secure recurring relationships. The average renewal value of €5.2 million—significantly higher than this tender’s €1.27 million—suggests opportunities for contract growth and expanded scope for successful performers.

Metro de Madrid operates within a broader Spanish and European urban rail maintenance market where 603 similar authorities have rolling stock maintenance needs, collectively representing €1.2 billion in related procurement. Success here positions contractors not only for Madrid metro work but potentially for relationships across Spain’s urban transport operators and broader European metro networks.

Competitive Landscape: Specialized Rail and Industrial Equipment Leaders

Historical contract awards for similar rolling stock maintenance services reveal a competitive market dominated by multinational industrial equipment manufacturers and specialized Spanish rail maintenance providers.

Top Contract Winners (Similar Services):

  1. THYSSENKRUPP – €17M across 10 contracts (€2.8M average)
  2. KONE – €6.8M across 9 contracts (€1.4M average)
  3. INETUM – €15M across 8 contracts (€1.9M average)
  4. SIEMENS – €10M across 7 contracts (€1.7M average)
  5. SISTEMAS AVANZADOS DE TECNOLOGIA – €4M across 6 contracts (€808K average)
  6. INDUREMON – €6.9M across 5 contracts (€1.7M average)
  7. TROYA CONSTRUCCIONES FERROVIARIAS – €4M across 5 contracts (€804K average)
  8. DARDI INSTALACIONES Y SERVICIOS – €3M across 5 contracts (€760K average)
  9. ORONA S COOP – €227K across 5 contracts (€227K average)
  10. PROSEGUR SOLUCIONES INTEGRALES – €5M across 4 contracts (€2.5M average)

Key Competitive Observations:

Industrial Equipment Giants Lead: ThyssenKrupp, KONE, and Siemens—global leaders in elevator, escalator, and rail systems—collectively secured 26 contracts worth €34 million. Their presence indicates Metro de Madrid’s preference for established industrial equipment manufacturers with proven track records in safety-critical mechanical systems maintenance.

High Contract Frequency Winners: ThyssenKrupp’s 10 contracts and KONE’s 9 contracts demonstrate sustained relationships with Metro de Madrid, suggesting satisfaction with service delivery and technical capability. Repeat business dominates this market—success on initial contracts opens doors to ongoing opportunities.

100% Spanish Market: All 167 historical contracts worth €365 million went exclusively to Spanish companies or Spanish subsidiaries of international firms. This complete domestic award pattern reflects Spanish procurement regulations, practical requirements for Madrid-based maintenance teams with rapid response capabilities, and Spanish-language technical documentation and operational coordination.

IT and Technology Integration: INETUM’s presence (€15M across 8 contracts) alongside traditional mechanical maintenance providers suggests increasing integration of digital systems, predictive maintenance technologies, and automated monitoring in modern metro rolling stock maintenance.

Average Contract Values Signal Market Tiers: The range from ORONA’s €227K average to ThyssenKrupp’s €2.8M average indicates market segmentation—larger comprehensive maintenance contracts versus smaller specialized interventions or specific equipment maintenance.

Commercial and Procedural Signals

Two-Lot Structure:
The split between MRSM and MRSSRM train configurations allows specialized bidding. Contractors can pursue one lot matching their specific technical expertise or bid both to demonstrate comprehensive fleet maintenance capability. The similar values (€664K vs. €610K) suggest comparable maintenance workloads across both train variants.

Award Criteria Balance:
Evaluation on both Quality and Price, without disclosed weightings, indicates Metro de Madrid’s balanced approach. Given the safety-critical nature of passenger door systems—failures directly impact service reliability and passenger safety—quality factors likely carry substantial weight and may include:

  • Technical maintenance protocols and preventive maintenance schedules
  • Response time commitments for emergency repairs
  • Spare parts availability and supply chain management
  • Technician qualifications and certifications
  • Historical performance on similar metro maintenance contracts
  • Quality management systems and safety protocols

Long-Cycle Preventive Maintenance Focus:
The tender specifically requires “long-cycle” (ciclo largo) preventive maintenance, distinguishing this from routine short-interval maintenance. This typically involves comprehensive overhauls, component replacements, and detailed inspections at extended mileage or time intervals, requiring specialized tools, deep technical knowledge of door mechanisms, and potentially workshop facilities for component refurbishment.

Financial Guarantee Requirements:
The 5% definitive guarantee and potential 5% complementary guarantee (10% total) represent significant financial commitment (€127,440 combined). These guarantees must be maintained throughout the 48-month contract term, favoring financially stable contractors with established banking relationships for performance bonds.

Spanish Language Mandate:
Offers must be submitted in Spanish only, with ongoing contract management, technical documentation, and coordination with Metro de Madrid operations staff conducted entirely in Spanish. This creates natural barriers for non-Spanish contractors and effectively requires either Spanish company status or Spanish-speaking technical teams based in Madrid.

29-Day Submission Window:
The period from January 22 to February 20 provides reasonable time for technical proposal development but demands efficient mobilization, particularly for contractors needing to understand Series 3000-1st train door system specifications, assess maintenance facility requirements, and structure pricing for long-cycle interventions.

Strategic Context: Urban Rail Reliability Through Preventive Maintenance

This tender reflects broader trends in European metro operations, where aging rolling stock fleets require increasingly sophisticated preventive maintenance to maintain service reliability while maximizing asset life before major fleet renewals.

Series 3000 Fleet Context:
Metro de Madrid’s Series 3000 trains entered service in the 1990s, making them approximately 30 years old. At this lifecycle stage, passenger door systems—subject to millions of open/close cycles annually—require comprehensive preventive maintenance programs to prevent service-affecting failures and ensure passenger safety during boarding and alighting.

The Door Systems Challenge:
Passenger doors represent one of the most failure-prone systems on metro rolling stock due to constant mechanical stress, exposure to passenger interference, and critical safety functions. Reliable door operation directly impacts service punctuality (door faults cause significant delays), passenger safety (preventing accidents during closure), and operational efficiency (avoiding train withdrawals for repairs).

Hermix users gain strategic advantages analyzing Spanish transport tenders. Rather than manually searching Spanish procurement portals, translating technical specifications, and researching contractor histories, Hermix delivers instant competitive intelligence with automated Spanish-to-English translation, detailed analysis of all 10 top contractors, and insights connecting this tender to 91 renewal opportunities worth €470 million. The platform helps companies consistently qualify the right metro maintenance opportunities and win more Spanish public transport contracts.

The Renewal Pipeline Opportunity:
Metro de Madrid’s 91 similar contracts approaching renewal (€470M total) suggest systematic contract cycling. Successful performance on this €1.27M door maintenance contract positions bidders favorably for larger comprehensive maintenance frameworks, expanded fleet coverage, or additional subsystem maintenance as relationships develop.

Create your free account and start winning public contracts, easier.

Practical Takeaways for Bidders

Who This Tender Suits:

  • Spanish rail maintenance specialists with Madrid metro experience
  • Industrial equipment manufacturers (ThyssenKrupp, KONE, Siemens) with Spanish subsidiaries
  • Mechanical maintenance providers specializing in passenger door systems and safety-critical rail components
  • Companies with Spanish-speaking technical teams and Madrid-area maintenance facilities
  • Firms seeking long-term stability (48 months) in urban rail maintenance services

Critical Attention Points:

Series 3000 Door System Expertise: Your proposal must demonstrate specific knowledge of Series 3000-1st train passenger door systems, including mechanical components, control systems, safety interlocks, and common failure modes. Generic rolling stock maintenance capability won’t suffice—Metro de Madrid expects specialized technical competence.

Long-Cycle Maintenance Methodology: Define comprehensive preventive maintenance protocols including inspection schedules, component replacement intervals, testing procedures, and quality control measures. Demonstrate understanding of when doors require workshop-level intervention versus on-site maintenance.

Response Time and Availability: While not explicitly stated, metro operations demand rapid response to door system failures affecting service. Your technical proposal should include emergency response capabilities, spare parts inventory management, and 24/7 availability commitments.

Madrid Presence Requirements: Successful bidders will need Madrid-based technical staff, spare parts storage, and potentially workshop facilities for component refurbishment. Detail your local infrastructure and team structure.

Quality-Price Balance: Historical contract values averaging €2.6M suggest Metro de Madrid values comprehensive technical capability. Don’t underprice at the risk of failing quality thresholds—focus on demonstrating superior preventive maintenance expertise and proven metro reliability improvements.

Financial Guarantee Preparation: Arrange definitive (5%) and complementary (5%) guarantees totaling €127,440 before contract award. Electronic format preferred, with physical delivery to Madrid if necessary.

Reference Projects Essential: Prepare compelling case studies demonstrating successful metro door system maintenance, particularly on aging rolling stock fleets. Include service reliability metrics, mean time between failures (MTBF) improvements, and safety performance data.

Create your free Hermix account today at https://hermix.com/sign-up/ and transform Spanish public transport tender analysis from hours of manual translation and research into minutes of AI-powered intelligence that helps you win more contracts.

SERVICIO DE MANTENIMIENTO PREVENTIVO DE CICLO LARGO DE LAS PUERTAS DE ACCESO DE VIAJEROS EN EL MATERIAL MÓVIL DE LA SERIE 3000-1ª

Labor Berlin Charite Vivantes Launches €1.81 Million Microbiological Culture Media Supply Public Tender

An eight-lot open procedure contract covering ready-to-use culture media for microbiology diagnostics in Berlin signals a structured, multi-category procurement approach from one of Germany’s largest clinical laboratory networks.

Create a free account and see the full public tender details here: https://app.hermix.com/opportunities/00112388-2026

Labor Berlin Charite Vivantes GmbH is one of Germany’s most significant clinical laboratory operations, providing diagnostic services across Berlin’s Charite and Vivantes hospital network. The organization now requires a comprehensive supply of microbiological culture media across eight distinct diagnostic categories, with a combined estimated value of €1,811,153 and a 24-month contract term.

The tender was published on 17 February 2026 via TED, with a submission deadline of 16 March 2026. For life science and laboratory supplies companies active in the German market, this is a focused, time-sensitive opportunity with clear product scope and structured lot architecture.

Create your free account and start winning public contracts, easier.

Opportunity Overview

Contracting Authority: Labor Berlin Charite Vivantes GmbH / Labor Berlin Charite Vivantes Services GmbH
Reference Number: Labor Berlin 4_2025
Document ID: 00112388-2026
Tender Title: Tender for Culture Media in the Field of Microbiology (Ausschreibung von Nährmedien im Fachbereich Mikrobiologie)
Scope of Work: Supply of ready-to-use microbiological culture media across eight product categories for clinical diagnostic use, covering variable diagnostics, chromogenic media, broths, Candida detection, enteritis diagnostics, resistance testing, selective media, and VRE screening.

Lot Structure:

  • Lot 1: Culture Media for Varia-Diagnostics (Columbia Blood Agar, MacConkey Agar, Chocolate Agar variants, Schaedler Agar) – maximum ceiling €1,740,000 net
  • Lot 2: Chromogenic Culture Media (ESBL, uropathogenic bacteria, MRSA detection) – maximum ceiling €1,720,000 net
  • Lot 3: Broths (Thioglycolate Broth, Sabouraud Broth) – maximum ceiling €200,000 net
  • Lot 4: Chromogenic Culture Medium for Candida spp. – maximum ceiling €128,000 net
  • Lot 5: Culture Media for Enteritis Diagnostics (Campylobacter, Salmonella-Shigella, Yersinia CIN, XLD Agar) – maximum ceiling €88,000 net
  • Lot 6: Culture Media for Resistance Testing (Mueller Hinton II, Mueller Hinton Fastidious Agar) – maximum ceiling €168,000 net
  • Lot 7: Selective Culture Media (Burkholderia cepacia Agar, Streptococcus Group B Agar, Clostridium difficile Agar) – maximum ceiling €96,000 net
  • Lot 8: Chromogenic Selective Agar VRE (vancomycin-resistant Enterococci) – maximum ceiling €248,000 net

Location / Place of Performance: Berlin, Germany
Estimated Total Value: €1,811,153
Contract Duration: 24 months
Procedure Type: Open
Award Criteria: Quality and Price (all lots)
Publication Date: 17/02/2026
Deadline:16/03/2026
Tender Opening Date: 16/03/2026
Language Requirements: German only
EU Funding: No
Contact:ausschreibung@laborberlin.com / +49 30405026800
Submission Portal: http://www.deutsche-evergabe.de/dashboards/dashboard_off/9722202c-ffa9-4e86-bc40-d7613d8a225c

Ready to qualify tenders like this faster?

Create your free Hermix account at https://hermix.com/sign-up/ and access AI-powered tender analysis, competitive intelligence, and automated monitoring across Europe’s €2 trillion public procurement market.

Authority and History

Labor Berlin Charite Vivantes is a body governed by public law, classified under health as its main activity. It operates as the central laboratory provider for two of Berlin’s largest hospital groups: Charite Universitaetsmedizin Berlin and Vivantes Netzwerk fuer Gesundheit GmbH. This institutional background makes it one of the highest-volume clinical diagnostic entities in Germany, processing laboratory analyses at a scale that demands consistent, high-quality reagent and culture media supply.

The authority’s procurement context within the Hermix platform shows 25 all contract awards totaling €60 million, of which 17 similar contract awards account for €57 million. On the renewal side, 15 all renewals are valued at €60 million, with 9 similar renewals reaching €57 million. There are currently no similar open tenders and no all open tenders active. One similar prior notice is listed, though it carries no stated value.

The pipeline picture is notable. The high alignment between similar contract awards (€57M) and similar renewals (€57M) suggests that this category of procurement recurs consistently. For suppliers, that signals long-term commercial relevance: a win here is likely to convert into renewal discussions within the 24-month contract window. Additionally, over 10,000 other buyers across Europe hold similar projects totaling €3.4 billion, confirming that this product category is a broadly active procurement segment.

Competitive Landscape

The Winners of Similar Contracts table (data limited to 10 results) shows a field dominated by large, established life science and diagnostics multinationals. The breakdown is as follows:

  • Becton Dickinson: €4M across 4 contracts, averaging €1M per contract
  • Thermo Fisher Scientific: €0.2 across 3 contracts, averaging €0.1 per contract
  • Sysmex: €400K across 2 contracts, averaging €200K per contract
  • Siemens: €150K across 2 contracts, averaging €75K per contract
  • Bruker Daltonics KG: €2 across 2 contracts, averaging €1 per contract
  • Qiagen: 1 contract (value not stated in the PDF)
  • Roche: €50M across 1 contract, averaging €50M per contract
  • Immunodiagnostic Systems Deutschland: €2M across 1 contract, averaging €2M per contract
  • Ortho Clinical Diagnostics: €1 across 1 contract, averaging €1 per contract

Roche commands the most striking single-contract value at €50M for one award, suggesting that at least one very large aggregated or multi-year laboratory supply agreement has been awarded in this space. Becton Dickinson holds the highest contract frequency among the listed competitors, with four awards and an average of €1M each. Together, these two companies represent the clearest pattern of market concentration at the top.

Thermo Fisher Scientific’s presence with three contracts is notable, as it is a direct competitor to Becton Dickinson for microbiological and diagnostic reagent supply. The remaining contractors each hold one or two contracts and operate at significantly smaller values, suggesting a secondary tier of more specialist or regional suppliers.

The Contractors’ Countries table shows Germany as the sole listed country for the awarded contracts in this category: 17 contracts totaling €57M, with an average value of €3.8M. This is a strongly Germany-concentrated market, at least as reflected in the similar contract dataset. It points to procurement patterns where local or German-registered entities with established distribution infrastructure have been the primary winners.

Commercial and Procedural Signals

Award Criteria: Quality and Price apply uniformly across all eight lots. No specific weighting is stated in the PDF. Bidders should expect a balance between technical product quality documentation and competitive pricing, rather than a pure price race.

Procedure Type: The open procedure places this tender in the publicly accessible, non-restricted category. Any eligible supplier may submit. There is no prior qualification stage, which lowers the entry barrier but also means competition could be broad.

Language: German is the sole permitted language for submissions. This is a meaningful constraint. Non-German-speaking organizations, or those without German-language bid preparation capacity, will face practical difficulty submitting a compliant offer. It effectively limits realistic competition to German-registered entities or international companies with established German operations and German-language documentation capability.

Lot Strategy: Eight distinct lots allow suppliers to bid on individual product categories without committing to the full supply scope. A specialist in chromogenic media, for example, can target Lots 2 and 4 independently. This structure favors both broad-line distributors and focused specialists, making lot selection a key strategic decision.

Contract Duration: 24 months is a straightforward, mid-length supply agreement. No extension options are stated in the PDF. Suppliers should model pricing and logistics on a fixed two-year horizon.

Submission Timeline: From publication on 17 February 2026 to the deadline on 16 March 2026 is 27 days. This is a tight window. Organizations that are not already monitoring this tender category will have limited time to prepare a compliant German-language submission with full technical product documentation across their selected lots.

EU Funding: Not applicable. Standard German public procurement rules govern this procedure.

Narrative Insight

The €1.81 million value distributed across eight lots paints a picture of a high-specificity, operationally critical procurement. Labor Berlin Charite Vivantes is not buying generic laboratory consumables. It is procuring a defined set of culture media formulations tied directly to clinical diagnostic protocols, from Clostridium difficile selective agar to VRE screening media. Each lot corresponds to a specific diagnostic function, which means substitution with non-equivalent products is not realistic. Suppliers who can demonstrate product equivalence or superiority in quality documentation will carry a real advantage.

The complete concentration of awarded contracts in Germany, at €57M across 17 awards with an average of €3.8M, reflects both the product category and the purchasing authority’s likely expectations. This is not a market where cross-border entrants without German distribution infrastructure have historically captured awards, based on the data available in the PDF.

Roche’s single contract at €50M stands out. It suggests that in this sector, framework agreements with very large clinical laboratory operators can consolidate into a single high-value relationship. That does not necessarily describe the current tender, which is structured as eight separate lots. But it does indicate the long-term commercial ceiling for a supplier that builds a trusted relationship with an authority of Labor Berlin’s scale.

Hermix users analyzing this tender can access this competitive intelligence instantly, including detailed contractor profiles, authority spending patterns, and the full renewal pipeline, in minutes rather than hours.

The renewal data is arguably the most strategically important context here. Nine similar renewals totaling €57 million indicate that the broader market for this product category is cycling regularly. A supplier who wins one or more lots in this tender is entering a procurement relationship with high renewal probability, not a one-off transaction.

Create your free account and start winning public contracts, easier.

Practical Takeaways for Bidders

Who this tender suits:

  • Life science and diagnostics companies with established German operations and German-language bid preparation capacity, given the German-only language requirement
  • Microbiological culture media manufacturers or distributors who can supply specific branded or equivalent formulations matching the technical specifications per lot
  • Broad-line laboratory supply companies capable of competing across multiple lots simultaneously, particularly Lots 1, 2, and 8, which carry the highest individual lot ceilings
  • Specialist suppliers focused on chromogenic or selective media who can target individual lots without needing to compete across the full scope

Critical attention points:

  • The 27-day window from publication to deadline (17 February to 16 March 2026) demands immediate mobilization. German-language technical documentation and pricing must be prepared urgently
  • German is the only permitted language for offers. This is a hard compliance requirement, not a preference. Non-compliant language submissions will be disqualified
  • Each lot has a defined maximum spending ceiling (Höchstgrenze). These are upper limits, not guaranteed volumes. Pricing strategy must account for variable call-off quantities
  • Award criteria combine Quality and Price for all lots. Technical product sheets, quality certifications, and equivalence documentation will carry real evaluation weight alongside price
  • The submission portal is the deutsche-evergabe.de platform. Registration and submission must be completed through this system before the 16 March 2026 deadline
  • Lot 1 (€1,740,000 ceiling) and Lot 2 (€1,720,000 ceiling) represent by far the largest individual opportunities. Suppliers with broad product portfolios covering multiple agar types should prioritize these two lots while assessing the smaller specialist lots for complementary bidding

Labor Berlin Charite Vivantes is a structurally important buyer in Germany’s clinical laboratory supply market, with a procurement history showing €57 million in similar contract awards and a renewal pipeline of equal scale. This eight-lot tender for microbiological culture media, valued at €1.81 million over 24 months, sits within a category where a small number of established German-market players have historically dominated. The German-only language requirement and the 27-day submission window make early qualification analysis essential. Data-driven market intelligence shortens that analysis from days to hours, helping suppliers identify which lots suit their product portfolio and where they face the strongest competition.

Create your free account today at https://hermix.com/sign-up/ and win more public contracts with the data-driven approach that helps companies consistently succeed in B2G sales across Europe.

Labor Berlin Charite Vivantes Launches-€1.81 Million Microbiological Culture Media Supply Public Tender

Keski-Uusimaa Wellbeing Services County Launches €2.8 Million Round-the-Clock Safety and Home Assistance Services Tender

A single-lot, 48-month open procedure contract for 24/7 personal safety alarm monitoring, emergency responder visits, and social welfare home assistance tasks signals steady demand from one of Finland’s largest regional wellbeing authorities.

Create a free account and see the full public tender details here: https://app.hermix.com/opportunities/00111984-2026

Keski Uudenmaan Hyvinvointialue, known as Keusote, is the wellbeing services county responsible for health and social services across the central Uusimaa region of Finland. The authority is now tendering for a comprehensive safety services package covering round-the-clock personal alarm monitoring, emergency responder home visits, associated device supply and maintenance, and social welfare emergency home assistance tasks. The estimated total value is €2,800,000 over a 48-month contract term.

Published on 17 February 2026 with a deadline of 16 March 2026, this is a price-evaluated open procedure governed under the light regime. For Finnish health and social care service providers with personal safety alarm infrastructure and emergency response capability, this is a time-sensitive opportunity in a high-frequency, domestically concentrated market.

Create your free account and start winning public contracts, easier.

Opportunity Overview

Contracting Authority: Keski Uudenmaan Hyvinvointialue (Keusote)
Reference Number: KEUHDno-2025-752
Document ID: 00111984-2026
Tender Title: Procurement of Round-the-Clock Safety Services and Social Welfare Emergency Home Assistance Tasks for Keusote 2026

Scope of Work: The contract covers the following service components:

  • 24/7 personal safety alarm monitoring centre operations, receiving client alerts and dispatching assistance, with emergency responder home visits every day of the year
  • Service agreement between client and provider, including keys and related arrangements
  • Supply of personal safety phone and/or wearable alarm device, including optional additional devices
  • Delivery, installation, maintenance, repair, and battery replacement for all devices and additional equipment
  • Replacement of faulty or lost devices with functioning substitutes
  • Device collection from client upon service termination and deprogramming
  • Client key collection, return, and replacement
  • Usage guidance for clients and family members, staff training, and other included support services
  • Maintenance of up-to-date and accessible pricing list
  • Other specified safety devices
  • Option to purchase additional safety devices from the provider’s range within the limits of Section 136 of the Act
  • Social welfare emergency home assistance tasks

Lot Structure:

  • Lot 0: Round-the-Clock Safety Services and Social Welfare Emergency Home Assistance Tasks for Keusote 2026 – lot value €2,800,000

Location / Place of Performance: Finland
Estimated Total Value: €2,800,000
Contract Duration: 48 months
Procedure Type: Open (light regime)
Award Criteria: Price
Publication Date: 17/02/2026
Deadline: 16/03/2026
Tender Opening Date: 16/03/2026
Language Requirements: Finnish only
EU Funding: No
Contact: Lisa Alho, lisa.alho@keusote.fi / +358 504972542
Submission Portal: https://tarjouspalvelu.fi/keusote?id=596481&tpk=fad12aa1-0722-47ac-ab4e-36b5195feb4e

Ready to qualify tenders like this faster? Create your free Hermix account at https://hermix.com/sign-up/

Authority and History

Keski Uudenmaan Hyvinvointialue is a body governed by public law, classified under general public services. Keusote serves as the regional wellbeing authority for central Uusimaa, responsible for health and social services delivery to the population of its district. The procurement of personal safety alarm services and home assistance is a core recurring activity for this type of authority, supporting elderly and vulnerable residents in living independently.

The procurement context in the Hermix platform reflects a market of considerable scale and activity. Similar contract awards number 952, totaling €292 million. All contract awards reach 1,200, totaling €314 million. The renewal pipeline is substantial: 11 similar renewals are valued at €1 billion, with 37 all renewals totaling €1.1 billion. Two similar open tenders are currently active at €1 billion, alongside 7 all open tenders at €1 billion. The prior notice pipeline shows 29 similar prior notices at €353 million and 50 all prior notices at €412 million.

The renewal data is particularly significant. With 11 similar renewals valued at €1 billion already in the pipeline, this category is not a one-off procurement cycle. It is a continuously regenerating market. A supplier winning this Keusote contract enters a 48-month relationship with an authority operating in a space where demand renews persistently. Beyond Keusote itself, 465 other buyers across Europe hold similar projects totaling €8 billion, confirming this is a high-volume procurement category across the continent.

Competitive Landscape

The Winners of Similar Contracts table (data limited to 10 results) shows a field dominated by Finnish care and social services providers, with one company clearly leading on contract frequency and total value. The full breakdown is as follows:

  • Rinnekodit Oy: €46M across 88 contracts, averaging €545K per contract
  • Attendo Oy: €12M across 69 contracts, averaging €172K per contract
  • Aspa Palvelut Oy: €9.8M across 61 contracts, averaging €160K per contract
  • Ykkos ja Onnikodit Oy: €22M across 48 contracts, averaging €454K per contract
  • Yrjo ja Hanna Hoivapalvelut Oy: €2.3M across 38 contracts, averaging €61K per contract
  • Narikka Erja Birgit Oy: €559K across 22 contracts, averaging €25K per contract
  • Esperi Care Oy: €3.7M across 20 contracts, averaging €204K per contract
  • Provesta Oy: €8.6M across 18 contracts, averaging €478K per contract
  • Autismisaatio Sr: €1.5M across 18 contracts, averaging €84K per contract
  • Yrjo Hanna Oy: €1.6M across 17 contracts, averaging €101K per contract

Rinnekodit Oy stands apart from the field. With 88 contracts totaling €46 million and an average of €545K per contract, it is the clear frequency and value leader in this dataset. Ykkos ja Onnikodit Oy holds the second-highest total at €22M across 48 contracts, with a similarly high average of €454K. Together, these two companies account for €68 million of the similar contract total, representing significant market concentration at the top.

Attendo Oy and Aspa Palvelut Oy are notable for their very high contract counts of 69 and 61 respectively, suggesting systematic activity with multiple Finnish wellbeing authorities rather than concentration with a single buyer. Provesta Oy’s average of €478K across 18 contracts places it firmly in the higher-value tier despite lower frequency.

The Contractors’ Countries table confirms Finland as the only listed country: 948 contracts totaling €292M with an average of €332K. This is an entirely domestic market. Language requirements, regulatory compliance under Finnish social welfare law, and the operational necessity of local service infrastructure make non-Finnish providers non-viable in practice.

Commercial and Procedural Signals

Award Criteria: Price is the sole evaluation criterion. This is a straightforward lowest-price competition with no quality weighting stated in the PDF. Bidders must be cost-competitive across the full service scope, including device supply, 24/7 monitoring, emergency responder visits, and social welfare home assistance tasks.

Procedure Type: The open procedure under the light regime applies to social and other specific services. This means the procurement is subject to simplified rules compared to standard public procurement. It remains a competitive process, but the procedural requirements are lighter. Any eligible provider may submit.

Language: Finnish is the only permitted language. All documentation, service descriptions, and submissions must be in Finnish. This is a firm requirement reflecting both the regulatory environment and the practical reality of delivering care services to Finnish-speaking clients.

Contract Duration: 48 months is a long-term commitment. The authority explicitly states it does not commit to fixed volumes of safety service or home assistance task procurement during the contract period. Pricing must therefore account for variable call-off volumes rather than guaranteed minimums.

Volume Commitment: The PDF explicitly states the authority does not commit to specific procurement volumes. The €2.8 million is a maximum ceiling, not a guaranteed spend. Suppliers should model their pricing with this variability in mind.

Submission Timeline: From publication on 17 February 2026 to the deadline on 16 March 2026 is 27 days. For a Finnish social care services provider already active in this market, this is a manageable window. For organizations not already operating in this space, it is insufficient time to establish the operational infrastructure required.

EU Funding: Not applicable. Standard Finnish public procurement rules govern this procedure.

Narrative Insight

The price-only evaluation criterion is the defining commercial signal in this tender. Keusote is treating this procurement as a commoditized service category where comparable providers can deliver equivalent outcomes. That creates a straightforward competitive dynamic: the lowest compliant price wins. There is no scope for differentiation on quality, methodology, or added-value service features during evaluation.

The implication for bidders is direct. Cost structure matters more than service narrative. Providers with efficient alarm monitoring infrastructure, low per-visit emergency response costs, and established key management and device logistics in the central Uusimaa region will be best positioned to submit a competitive price without compromising operational viability over a 48-month horizon.

Rinnekodit Oy’s dominance in this dataset, with 88 contracts and €46 million in similar awards, suggests that organizations with scaled, multi-authority operations across Finland carry a structural cost advantage. They can spread infrastructure costs across a larger contract base, enabling lower per-unit pricing. Smaller regional operators bidding for this contract will need to demonstrate equally efficient delivery economics to compete on price.

The absence of guaranteed volumes reinforces this point. With no minimum commitment from Keusote, a supplier taking on this contract must price for a variable demand scenario across 48 months. Thin margins on a lower-than-expected call-off volume could make the contract commercially marginal. Volume assumptions require careful modelling.

Hermix users analyzing this tender can access the complete Finnish health and social care procurement landscape instantly, including contractor profiles for all key players, Keusote’s full contract award history, and the renewal pipeline of 11 similar contracts worth €1 billion, in minutes rather than hours.

Create your free account and start winning public contracts, easier.

Practical Takeaways for Bidders

Who this tender suits:

  • Finnish personal safety alarm service providers with 24/7 monitoring centre operations and emergency responder networks already covering the central Uusimaa region
  • Established care and social services companies with experience delivering safety device supply, installation, and maintenance under Finnish social welfare regulatory requirements
  • Providers with cost-efficient operations capable of competing on price as the sole evaluation criterion across a 48-month, variable-volume contract
  • Organizations already holding similar contracts with Finnish wellbeing services counties and able to demonstrate operational scalability

Critical attention points:

  • Price is the only award criterion. There is no quality weighting. The lowest compliant price wins. Cost modelling must be rigorous before submission
  • The authority explicitly does not commit to fixed procurement volumes. The €2.8 million is a ceiling, not a guaranteed spend. Price accordingly
  • Finnish is the only permitted language. All submission documents must be in Finnish without exception
  • The 27-day window from 17 February to 16 March 2026 is tight. Providers not already monitoring this category must mobilize immediately
  • The service scope is broad, combining 24/7 alarm monitoring, emergency responder visits, device supply and maintenance, key management, client guidance, and social welfare home assistance tasks. All components must be covered in a single submission
  • Submissions are managed through the tarjouspalvelu.fi platform. Registration and submission must be completed through this system before the 16 March 2026 deadline

Keski Uudenmaan Hyvinvointialue is a significant and active buyer in Finland’s personal safety services market, operating within a national procurement landscape where 952 similar contracts totaling €292 million have already been awarded and 11 similar renewals worth €1 billion are in the pipeline. This €2.8 million, 48-month contract is a long-term service relationship with a regional authority whose procurement activity in this category will continue well beyond this award. For providers with the right operational infrastructure and competitive cost structure in central Uusimaa, this is a strategically valuable entry point.

Create your free account today at https://hermix.com/sign-up/ and win more public contracts with the data-driven approach that helps companies consistently succeed in B2G sales across Europe.

Keski-Uusimaa Wellbeing Services County Launches - €2.8 Million Round-the-Clock Safety and Home Assistance Services Tender

Innlandet County IT Public Tender: €4.3 Million Cloud-Based Procurement Software Framework

A 48-month framework agreement for modern competition implementation software signals Norwegian counties’ strategic shift toward digital procurement transformation and inter-municipal collaboration.Create a free account and see the full public tender details here: https://app.hermix.com/opportunities/00048160-2026

Innlandet County Launches €4.3 Million Cloud-Based Procurement Software Framework

A 48-month framework agreement for modern competition implementation software signals Norwegian counties’ strategic shift toward digital procurement transformation and inter-municipal collaboration.

Innlandet Fylkeskommune, one of Norway’s largest counties, has published a €4.3 million framework agreement for a cloud-based competition implementation tool (KGV) with accompanying modules. The procurement, published January 22, 2026 with a February 27 deadline, represents a strategic investment in digitalizing procurement operations not just for Innlandet County but for multiple Norwegian counties and associated entities seeking to modernize tender management processes.

The framework’s scope, encompassing competition management software with KAV (supplier qualification) modules and additional options, positions this as a comprehensive digital procurement transformation initiative. Innlandet County’s procurement history of 267 contracts worth €1.5 billion, combined with 376 upcoming renewals valued at €1.1 billion, demonstrates sophisticated procurement operations where proven software capabilities and multi-entity implementation experience drive vendor selection.

Create your free account and start winning public contracts, easier.

Opportunity Overview

Contracting Authority: Innlandet Fylkeskommune
Reference Number: 2025/14030
Tender Title: Competition implementation tool (KGV) with the accompanying options

Project Scope:
Framework agreement for modern, cloud-based competition tool encompassing:

Core Software Platform:

  • Competition implementation tool (KGV – Konkurranse Gjennomførings Verktøy)
  • KAV (supplier qualification) module integration
  • Cloud-based architecture supporting multiple entities
  • Digital procurement process automation

Implementation Scope:

  • Deployment across multiple Norwegian counties
  • Configuration for associated entities and municipalities
  • Streamlining and digitalization of procurement workflows
  • Multi-organization framework structure

Location: Innlandet, Norway
Framework Value: €4,299,595.84
Contract Duration: 48 months (4 years)
Procedure Type: Negotiated with prior publication of call for competition / competitive with negotiation
Award Criteria: Not disclosed in available documentation

Key Dates:

  • Publication: January 22, 2026
  • Submission Deadline: February 27, 2026 (36 days from publication)

Language Requirements: Norwegian only
EU Funding: No

Contact Details:

  • Contact Person: Samuel Andersen
  • Email: samand@innlandetfylke.no
  • Phone: 62000880
  • Website: www.innlandetfylke.no

Submission Portal: https://permalink.mercell.com/274670750.aspx

Looking to win Norwegian public sector software contracts? Create your free Hermix account at https://hermix.com/sign-up/ and access AI-powered tender analysis, automated Norwegian tender monitoring with instant translation, and competitive intelligence across Europe’s procurement markets.

Authority Profile: Innlandet County’s Digital Transformation

Innlandet Fylkeskommune, formed in 2020 through the merger of Hedmark and Oppland counties, is one of Norway’s largest counties by geographic area, covering vast inland territories of eastern Norway. As a regional government body responsible for education, public transport, regional development, and cultural affairs, Innlandet manages substantial procurement operations requiring sophisticated digital tools.

Overall Procurement Activity:

  • Total Contract Awards: 267 contracts worth €1.5 billion
  • Active Tender Pipeline: 18 open tenders valued at €44 million
  • Renewal Forecast: 376 potential contract renewals worth €1.1 billion

Software and IT Systems Procurement:

  • Similar Contract Awards: 37 contracts totaling €28 million (average: €757K)
  • Similar Open Tenders: 2 current opportunities worth €4.3 million (including this tender)
  • Similar Renewals: 52 upcoming renewals worth €56 million (average: €1.1M)
  • Prior Notices: 22 published notices worth €13 million

The substantial renewal pipeline (€56M across 52 similar contracts) indicates systematic software contract cycling where proven digital transformation capabilities and successful multi-entity implementations drive vendor relationships. The average renewal value of €1.1 million, significantly lower than this framework’s €4.3 million, suggests this represents a strategic consolidation of procurement software needs across multiple counties rather than a single-entity system.

Innlandet operates within a broader Norwegian and Nordic public sector software market where 884 similar authorities have procurement digitalization needs, collectively representing €1.4 billion in related procurement. Success here positions vendors not only for Innlandet but potentially for relationships across Norway’s 11 counties and numerous municipalities seeking collaborative procurement software frameworks.

Competitive Landscape: Norwegian IT Leaders with Specialized Software Providers

Historical contract awards for similar software and IT services reveal a competitive market combining major Norwegian IT integrators with specialized public sector software providers.

Top Contract Winners (Similar Services):

  1. SIKRI – €190K across 4 contracts (€48K average)
  2. CRAYON – €9.6M across 3 contracts (€3.2M average)
  3. ATEA – €6.2M across 2 contracts (€3.1M average)
  4. CANON – €3.5M across 2 contracts (€1.8M average)
  5. MNEMONIC – €1.9M across 2 contracts (€951K average)
  6. FRAMSIKT – €1.1M across 2 contracts (€564K average)
  7. BIBLIOTEKSENTRALEN – €738K across 2 contracts (€369K average)
  8. DIGITAL WORKFORCE – €656K across 2 contracts (€328K average)
  9. BDO HOVEDENHET – €152K across 2 contracts (€76K average)
  10. MOLLER BIL – €109K across 2 contracts (€55K average)

Key Competitive Observations:

SIKRI’s Procurement Software Heritage: SIKRI, despite smaller contract values, secured 4 contracts, the highest frequency among competitors. SIKRI is a well-established Norwegian provider of public sector administrative software, including procurement and case management systems, suggesting strong domain expertise in Norwegian municipal procurement digitalization.

Major IT Integrators Dominate Value: CRAYON and ATEA, both major Norwegian IT service providers, collectively secured €15.8 million across 5 contracts with high average values (€3.2M and €3.1M respectively). Their presence indicates Innlandet’s comfort with large-scale IT implementations requiring integration capabilities beyond pure software licensing.

Nearly Complete Norwegian Market: Of €28 million in similar contracts, all but €294K (one Swedish contract) went to Norwegian companies. This 99% domestic award pattern reflects Norwegian language requirements, understanding of Norwegian public procurement law (FOA/LOA), local presence for implementation support, and established relationships within Norway’s close-knit public sector software ecosystem.

Specialized vs. Generalist Split: The market segments between procurement-specific software specialists (SIKRI, FRAMSIKT) and broader IT service integrators (ATEA, CRAYON). This €4.3M framework’s size suggests it may favor integrators capable of comprehensive implementation across multiple counties over point-solution vendors.

Strategic Context: Nordic Procurement Digitalization

This tender reflects broader Nordic trends toward procurement digitalization, where counties and municipalities collaborate on shared software frameworks to achieve cost efficiency, standardization, and improved compliance with increasingly complex public procurement regulations.

Multi-County Framework Structure: The tender explicitly states the system will serve “several counties and associated entities,” indicating a collaborative procurement model common in Norwegian public sector where smaller entities leverage larger counties’ purchasing power and implementation expertise. This multi-tenant architecture requirement significantly impacts vendor selection, favoring platforms with proven multi-organization capabilities.

KGV and KAV Integration: The Norwegian procurement software market uses specific terminology, KGV (competition implementation tool) focuses on tender execution and evaluation, while KAV (supplier qualification systems) manages contractor prequalification databases. The integration requirement signals Innlandet’s desire for end-to-end procurement digitalization beyond basic tender publishing.

Hermix users analyzing Norwegian tenders gain decisive advantages. Rather than manually searching Norwegian procurement portals, translating technical specifications from Norwegian, and researching contractor histories across fragmented databases, Hermix delivers instant competitive intelligence with automated translation, detailed analysis of all historical winners, and strategic insights connecting this tender to 52 renewal opportunities worth €56 million. The platform helps companies consistently qualify the right Nordic procurement software opportunities.

Create your free account and start winning public contracts, easier.

Practical Takeaways for Bidders

Who This Tender Suits:

  • Norwegian procurement software vendors with multi-county implementation experience
  • Nordic IT integrators (ATEA, CRAYON) with proven public sector credentials
  • Specialized competition management software providers serving Scandinavian markets
  • Companies with Norwegian-speaking implementation teams and Norway-based support
  • Firms with cloud-based multi-tenant platforms supporting collaborative frameworks

Critical Attention Points:

Multi-Entity Architecture Requirements: Your technical proposal must demonstrate capability to serve multiple counties and municipalities through a single cloud platform while maintaining data segregation, customizable workflows per entity, and centralized administration. Reference implementations serving Norwegian county collaborations will be essential.

Norwegian Public Procurement Law Compliance: The software must align with Norwegian FOA/LOA procurement regulations, support EU directive compliance (2014/24/EU as implemented in Norway), and accommodate Norwegian-specific procurement processes including negotiated procedures, framework agreements, and dynamic purchasing systems.

Norwegian Language and Localization: Beyond interface translation, the system must support Norwegian procurement terminology, document templates complying with Norwegian standards, and integration with Norwegian national procurement systems (DOFFIN tender portal, Altinn business registry).

KAV Module Integration: Demonstrate how your KGV platform integrates with supplier qualification systems, maintains contractor databases complying with Norwegian data protection rules, and supports pre-qualification processes common in Norwegian public procurement.

36-Day Submission Timeline: The window from January 22 to February 27 demands rapid mobilization. If you’re an international vendor, immediately engage Norwegian partners with public sector implementation experience and begin translation of reference materials into Norwegian.

Negotiated Procedure Strategy: The competitive negotiation procedure allows dialogue to refine proposals. Prepare for multiple rounds where technical capabilities, implementation methodology, pricing models, and support structures will be discussed and potentially adjusted based on authority feedback.

Create your free Hermix account today at https://hermix.com/sign-up/ and transform Nordic public sector tender analysis from days of manual work into minutes of AI-powered intelligence that helps you win more contracts across Norway, Sweden, Denmark, and Finland.

Competition implementation tool (KGV) with the accompanying options.