Tender Analysis

Follow us and subscribe to our newsletter to keep in touch

Scotland’s Care Inspectorate Seeks €113,000 Framework for Soft Skills Training Delivery

A multi-supplier framework opportunity for training providers specializing in professional development courses for Scotland’s social care and social work inspection workforce.

Scotland’s Care Inspectorate has published a €112,748 framework tender seeking 3-5 training suppliers to deliver soft skills development courses across its workforce. With a December 19, 2025 deadline and unknown contract duration, this open procedure framework provides positioning opportunity within Scotland’s social care inspection sector, serving an organization responsible for regulating and improving care services across the country.

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

Opportunity Overview

Contracting Authority: Social Care and Social Work Improvement Scotland (Care Inspectorate)
Buyer Official Name: Hjaltland Housing Association
Reference Number: 2526/Sept/001/SCSWIS
Tender Title: Framework for the Provision of a Range of Soft Skills Development Courses
Framework Structure: Multi-supplier framework containing 3-5 approved training providers
Scope: Provision of soft skills development programme for Care Inspectorate staff. While the tender notice provides limited detail on specific course requirements, soft skills training in social care inspection contexts typically includes:

Core Soft Skills Areas:

  • Communication and interpersonal effectiveness
  • Leadership and team management
  • Emotional intelligence and resilience
  • Conflict resolution and difficult conversations
  • Report writing and professional documentation
  • Presentation and facilitation skills
  • Change management and adaptability
  • Stakeholder engagement and relationship building

Delivery Expectations:

  • Courses suitable for social care inspection professionals
  • Flexible delivery (likely including face-to-face, virtual, and blended formats)
  • Training aligned with Care Inspectorate values and inspection frameworks
  • Professional development supporting regulatory and improvement functions

Location: Scotland
Contract Value: €112,748.47
Contract Duration: Unknown (framework duration not specified in notice)
Contract Type: Services
Procedure Type: Open

Key Dates:

  • Publication: November 27, 2025
  • Submission Deadline: December 19, 2025 (22 days)
  • Tender Opening: December 19, 2025

Contact: scotsvarquotes@computacenter.com / +44 1707639072
EU Funding: No
Submission Portal: http://www.publiccontractsscotland.gov.uk

Track Scottish training framework opportunities automatically.

Create your free Hermix account at https://hermix.com/sign-up/ for AI-powered monitoring across UK public sector education and training tenders.

Strategic Context: Care Inspectorate and Social Protection Sector

The Care Inspectorate serves as Scotland’s independent scrutiny and improvement body for social care and social work services. The organization inspects and supports improvement across care homes, childcare, home care, adoption and fostering services, and other care providers throughout Scotland.

Organizational Mission: Regulating, inspecting, and supporting improvement of care services to ensure quality, safety, and dignity for people using care services across Scotland.

Workforce Profile: Inspection staff require sophisticated soft skills to navigate complex situations including engaging with vulnerable service users, challenging care providers on quality issues, building improvement partnerships, and communicating inspection findings to diverse audiences.

Buyer Procurement Activity:

  • Total Contract Awards: 1,900 contracts worth €12 billion
  • Active Pipeline: 31 open tenders valued at €59 million
  • Renewal Forecast: 464 upcoming renewals worth €1.9 billion

Training Services Market:

  • Similar Contract Awards: 8 contracts totaling €1.9 million (average: €476K per contract)
  • Similar Open Tenders: 4 opportunities worth €48 million
  • Similar Renewals: 32 upcoming renewals worth €237 million

Competitive Landscape

Historical contract data reveals limited training-specific awards visible in the dataset, with diverse contractors spanning public sector bodies and specialized service providers.

Top Contract Winners (All Categories):

  1. THE CITY OF EDINBURGH COUNCIL – €775K across 2 contracts (€388K average)
  2. WASTE INVESTIGATIONS SUPPORT & ENFORCEMENT LIMITED – €902K (1 contract)
  3. AYRSHIRE CHAMBER OF COMMERCE – €225K (1 contract)

Key Observations:

Local Authority Presence: Edinburgh Council’s training contract awards (€775K across 2 contracts) suggest Scottish public sector experience is valued, potentially through shared services or collaborative delivery arrangements.

Chamber of Commerce Provider: Ayrshire Chamber of Commerce’s €225K contract indicates business support organizations with training capabilities compete successfully in this market.

100% UK Market: All 4 visible training-related contracts were awarded to UK-based entities, confirming domestic market focus for staff development services.

Contract Value Context: The €113K framework value is substantially below the historical average (€476K), suggesting either limited call-off expectations, exploratory framework scope, or supplementary training budget rather than comprehensive workforce development programme.

Expected Competitive Field: Actual competitors for this soft skills framework will likely include Scottish training consultancies, leadership development specialists, communication skills trainers, and organizations experienced in public sector professional development.

Commercial and Procedural Signals

Multi-Supplier Framework Approach: Appointing 3-5 suppliers (rather than single provider) indicates buyer preference for flexibility, specialist expertise across different soft skills areas, and competitive tension during call-off stage. Successful bidders gain framework access but must compete for individual assignments.

Unknown Duration: Absence of specified contract duration suggests either framework still under definition or standard Scottish public sector framework terms (typically 2-4 years with optional extensions).

Open Procedure: Standard competitive process without pre-qualification stage indicates accessibility for training providers of various sizes, though quality thresholds will apply through evaluation criteria.

Social Care Context: Training delivery must demonstrate understanding of social care inspection environment including regulatory frameworks, vulnerability awareness, professional ethics, and improvement-focused (rather than punitive) inspection philosophy.

Practical Takeaways for Bidders

Who This Framework Suits:

  • Scottish-based training providers with public sector experience
  • Soft skills specialists serving professional inspection or regulatory workforces
  • Organizations with social care sector knowledge
  • Training consultancies offering flexible delivery models
  • Suppliers able to deliver across Scotland (potential multi-site requirement)

Critical Success Factors:

Sector Understanding: Demonstrate knowledge of Care Inspectorate’s role, inspection methodologies, and professional development needs of regulatory staff. Generic corporate training approaches will underperform compared to contextually informed programmes.

Soft Skills Portfolio: Provide detailed course outlines covering communication, leadership, emotional intelligence, resilience, conflict resolution, and relationship-building skills relevant to inspection contexts.

Delivery Flexibility: Showcase capability across delivery formats (classroom, virtual, blended, workshop, coaching) and adaptability to operational constraints of inspection workforce with travel commitments.

Scottish Presence: Highlight Scotland-based delivery capability, understanding of Scottish care policy context, and experience serving Scottish public bodies or care sector organizations.

Quality Assurance: Include trainer qualifications, course evaluation methodologies, learner feedback mechanisms, and examples of measurable impact on professional practice.

Framework Management: Explain call-off responsiveness, resource availability, pricing transparency, and collaborative approach to working within multi-supplier frameworks.

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

Conclusion

The Care Inspectorate’s €113,000 soft skills framework represents an accessible entry point for training providers seeking positioning within Scotland’s social care and regulatory sectors. While modest in value, framework appointment provides sustained relationship opportunity with influential organization at heart of Scotland’s care quality infrastructure, alongside visibility to broader Scottish public sector training markets where the buyer’s 464 renewals (€1.9B) signal substantial ongoing procurement activity.

Hermix simplifies tracking Scottish public sector training opportunities. Access automated monitoring, competitive intelligence, and framework alerts.

Create your free account at https://hermix.com/sign-up/ and secure more training framework appointments across UK’s complex procurement landscape.

PS: This analysis is based on publicly available tender documentation and data provided by the contracting authority. While we strive to provide accurate information, users are responsible for verifying all details against official tender documents before making any procurement decisions.

Scotlands Care Inspectorate Seeks - €113,000 Framework for Soft Skills Training Delivery

BG RCI Nuremberg Launches €230,000 Data Center Services Tender Analysis

A 56-month comprehensive IT infrastructure management contract for a German occupational safety organization signals strategic investment in enterprise-grade data center operations covering VMware, Cisco, and IBM systems.

Berufsgenossenschaft Rohstoffe und Chemische Industrie (BG RCI), Germany’s statutory accident insurance institution for the raw materials and chemical industry, has published a €230,000 open procedure tender for full-service data center support at its Nuremberg facility. With a deadline of January 30, 2026, and an exceptionally long 56-month contract term, this procurement represents a significant commitment to maintaining and modernizing critical IT infrastructure that supports occupational safety operations across Germany’s chemical and raw materials sectors.

The tender demands a comprehensive service provider capable of handling all aspects of data center operations—from firmware updates and second-level support to managing a major hardware migration involving 14 Lenovo servers, high-end Cisco networking equipment, Checkpoint firewall systems, and IBM FlashSystem storage. The authority’s procurement history of 112 contracts worth €22 million, combined with 48 upcoming renewals valued at €35 million, positions this as both an immediate technical opportunity and a potential gateway to ongoing relationships within Germany’s public sector insurance infrastructure.

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

Opportunity Overview

Contracting Authority: Berufsgenossenschaft Rohstoffe und Chemische Industrie (BG RCI)
Reference Number: 2025006086
Tender Title: 955140 – Dienstleistung – 190 Tage Service für RZ Nürnberg, gesetzt auf 5 Jahre (190-Day Service for Data Center Nuremberg, Set for 5 Years)
Scope of Work:
BG RCI requires a full-service provider (Volldienstleister) capable of supporting all aspects of data center operations at its Nuremberg facility. The contract encompasses:

Technical Support Services:

  • Firmware updates for all hardware components
  • System configurations and optimization
  • Error analysis and troubleshooting
  • Second-level support operations

Software Environment Management:

  • VMware virtualization layer administration
  • Microsoft Windows Server operations
  • SharePoint platform support
  • Microsoft SQL Server management
  • Trellix security software
  • Windows Server Update Services (WSUS)

Hardware Migration Project (2025/2026): The successful contractor must manage migration from existing infrastructure to new equipment:

  • Servers: 14x Lenovo ThinkSystem SR630 V4
  • Network Switches: 4x Cisco Nexus (high-end), 2x Cisco Catalyst
  • Firewall System: 2x Checkpoint Appliances, 1x Management unit
  • Storage: 2x IBM Storage FlashSystem 5300 (SAN-Storage)

Location: Nürnberg, Kreisfreie Stadt (Nuremberg), Germany
Contract Value: €230,000.00
Contract Duration: 56 months (approximately 4 years and 8 months)
Procedure Type: Open procedure
Award Criteria: Quality and Price (specific weightings not disclosed)

Key Dates:

  • Publication: December 8, 2025
  • Submission Deadline: January 30, 2026 (53 days from publication)

Language Requirements: German only
EU Funding: No

Contact Details For the Public Authority:

Department: Hauptverwaltung Langenhagen: Abteilung Informationstechnologie
Contact Person: Michael Beck
Email: michael.beck@bgrci.de
Phone: +49 622151080

Looking to qualify German public IT tenders faster? Create your free Hermix account at https://hermix.com/sign-up/and access AI-powered tender analysis, automated monitoring of German procurement portals, and competitive intelligence across Europe’s €2 trillion public procurement market—including instant translations and data center services market insights.

Authority Profile: BG RCI and Germany’s Occupational Insurance System

Berufsgenossenschaft Rohstoffe und Chemische Industrie (BG RCI) is one of Germany’s statutory accident insurance institutions (Berufsgenossenschaften), specifically serving companies in the raw materials extraction and chemical manufacturing sectors. As a body governed by public law operating within Germany’s social insurance system, BG RCI provides accident insurance, prevention services, and rehabilitation support for workers in these industries.

The organization operates multiple regional offices across Germany, with its IT infrastructure coordinated through the Langenhagen headquarters near Hannover. The Nuremberg data center covered by this tender likely serves as a critical regional hub supporting operations across southern Germany.

Overall Procurement Activity:

  • Total Contract Awards: 112 contracts worth €22 million
  • Active Tender Pipeline: 2 open tenders valued at €6.7 million
  • Renewal Forecast: 48 potential contract renewals worth €35 million

IT Services and Data Center Management:

  • Similar Contract Awards: 19 contracts totaling €3.6 million (average value: €189K per contract)
  • Similar Open Tenders: 2 current opportunities worth €6.7 million (including this tender)
  • Similar Renewals: 5 upcoming renewals worth €10 million (average: €2M per contract)

Market Context:
BG RCI operates within a broader German public sector IT services market where 5,600 other authorities have similar data center and IT infrastructure management needs, collectively representing €11 billion in related procurement activity. This positions successful bidders not just for this specific Nuremberg contract, but potentially for relationships across Germany’s Berufsgenossenschaften network and broader public insurance infrastructure.

The substantial difference between similar contract awards (€3.6M across 19 contracts, averaging €189K) and similar renewals (€10M across 5 contracts, averaging €2M) suggests BG RCI is moving toward larger, more comprehensive service contracts rather than fragmented smaller engagements. This €230,000 tender, with its 56-month duration, aligns with that strategic consolidation pattern.

Competitive Landscape: Specialized IT Service Providers Dominate

Historical contract awards for similar data center and IT facilities management services reveal a market dominated by German IT consulting and service providers, with notable variation in contract sizes and specializations.

Top Contract Winners (Similar Services):

  1. CONSOLUT – €1.1M for 1 contract (€1.1M per contract)
  2. SOPRA – €1.1M for 1 contract (€1.1M per contract)
  3. MINERVIS – €504K for 1 contract
  4. SW MEDIA – €464K for 1 contract
  5. KRÖPELIN PROJEKT – €416K for 1 contract

Key Competitive Observations:

Market Concentration at High Value: CONSOLUT and SOPRA each secured single contracts valued at €1.1 million—significantly larger than the €230,000 value of this tender. This suggests either multi-year framework agreements, more comprehensive service scopes, or contracts covering multiple facilities. Both companies demonstrate capability to handle substantial data center operations contracts for German public sector insurance institutions.

Mid-Tier Specialists: MINERVIS, SW MEDIA, and KRÖPELIN PROJEKT secured contracts in the €400K-€500K range, suggesting specialized capabilities in specific IT domains (possibly infrastructure management, network services, or software operations) that commanded premium pricing or covered extended service periods.

100% German Market: All 5 historical contract winners totaling €3.6 million are German companies. The data shows no evidence of cross-border competition, indicating either explicit German language and presence requirements, security clearance considerations for insurance sector data, or practical necessities around on-site response times and German IT regulatory compliance (including BSI security standards and data protection requirements under BDSG/DSGVO).

Average Contract Value Discrepancy: The historical average of €719K per contract (€3.6M ÷ 5 contracts) is more than three times the value of this tender (€230,000). This could indicate either that this Nuremberg facility is smaller in scope, that previous contracts included capital expenditure components not present here, or that BG RCI is testing a new procurement model with more focused service definitions.

Limited Repeat Business Visible: None of the top five contractors appear multiple times in the available data set (limited to 10 results), suggesting either high contractor rotation, specialized one-time projects, or that these are relatively recent contract awards without yet-visible renewal cycles.

Commercial and Procedural Signals

Award Criteria Structure:
The tender evaluates bids on both Quality and Price, though specific weightings are not disclosed in the available documentation. Given the technical complexity of managing enterprise-grade VMware environments, Cisco networking infrastructure, and mission-critical storage systems for a public insurance institution, quality factors likely include:

  • Demonstrated technical competence across all specified platforms
  • Response time commitments and escalation procedures
  • Qualifications and certifications of assigned personnel
  • Service level agreement (SLA) definitions
  • Migration planning and risk management approach for the 2025/2026 hardware refresh

Language and Location Constraints:
Offers must be submitted in German only, with the service location explicitly stated as Nürnberg (Nuremberg). This creates natural barriers for non-German IT service providers and effectively requires:

  • German-speaking technical staff capable of on-site presence in Nuremberg
  • Familiarity with German IT terminology, regulatory frameworks, and documentation standards
  • Understanding of German public sector procurement procedures and contract management practices
  • Likely compliance with BSI (Bundesamt für Sicherheit in der Informationstechnik) security guidelines

Contract Duration Strategy:
The 56-month term is notably longer than standard German IT services contracts (typically 36-48 months). This extended duration suggests:

  • BG RCI’s confidence in defining long-term service requirements
  • Desire for contractor stability through the critical 2025/2026 hardware migration period and subsequent stabilization phase
  • Potential cost optimization through reduced procurement overhead and relationship continuity
  • Risk mitigation by ensuring the migration contractor remains responsible for post-migration support

Service Day Calculation:
The tender title references “190 Tage Service” (190 service days) set over 5 years (56 months). This translates to approximately 41 service days annually, or roughly one day per week of on-site or dedicated support. However, the scope description indicates comprehensive data center management, suggesting these may be:

  • Billable on-site days for project work and major interventions
  • Days of dedicated technical resource allocation beyond continuous remote monitoring
  • Calculated effort for the hardware migration project component

Bidders should seek clarification on whether additional support is expected on a time-and-materials basis beyond the 190-day allocation.

Migration Complexity Signal:
The hardware migration component represents significant scope beyond routine maintenance:

  • 14 new servers requiring physical installation, configuration, and data migration
  • High-end networking equipment replacement (6 Cisco devices) requiring careful cut-over planning to avoid downtime
  • Enterprise storage system deployment (IBM FlashSystem 5300) requiring data migration from existing SAN infrastructure
  • Firewall system replacement with Checkpoint appliances requiring security policy migration and testing

This migration alone could constitute €50,000-€80,000 in professional services effort, suggesting the remaining €150,000-€180,000 covers approximately 4-5 years of ongoing maintenance and support.

No EU Funding:
The absence of European Union co-financing means standard German procurement law (GWB – Gesetz gegen Wettbewerbsbeschränkungen) applies without additional EU-specific requirements, simplifying compliance but also removing any EU policy preferences that might favor SMEs or cross-border providers.

Strategic Context: What the Numbers Reveal About This Opportunity

The procurement data surrounding BG RCI’s data center services tender reveals several strategic patterns that extend well beyond the immediate €230,000 contract value.

Authority’s IT Procurement Evolution:
With 112 historical contracts totaling €22 million and 48 renewal opportunities worth €35 million approaching, BG RCI demonstrates mature, systematic IT procurement operations. The organization has moved beyond ad-hoc IT services purchasing toward strategic infrastructure management. For bidders, this signals clear evaluation standards, documented technical expectations, and likely well-defined SLA frameworks based on years of operational experience.

The Consolidation Trend:
The shift from an average historical contract size of €189K (19 similar contracts totaling €3.6M) to larger anticipated renewals averaging €2 million (5 renewals totaling €10M) indicates BG RCI’s strategic move toward comprehensive, consolidated service relationships rather than multiple fragmented vendor arrangements. This €230,000 tender, while modest in value, may represent BG RCI’s test of a full-service model that could scale significantly upon contract renewal.

Hardware Migration as Strategic Inflection:
The 2025/2026 hardware refresh involving Lenovo servers, Cisco networking, and IBM storage represents a significant infrastructure modernization. BG RCI is not simply maintaining existing systems—it’s executing a deliberate technology stack upgrade. Successful contractors who demonstrate excellence during this migration phase position themselves favorably for the subsequent 4+ years of operational support and potential contract extensions.

Hermix users analyzing this tender gain immediate competitive advantages. Instead of manually translating German procurement notices, researching contractor histories across fragmented databases, and attempting to understand authority spending patterns, Hermix delivers instant AI-powered analysis—including automated German-to-English translation, competitive intelligence on all five historical winners, and strategic insights connecting this tender to 48 renewal opportunities and 112 historical awards. The platform transforms isolated German procurement notices into actionable market intelligence that helps companies like Capgemini, Unisys, and Publicis-Sapient consistently qualify the right opportunities and win more public sector IT contracts.

The Berufsgenossenschaften Network Effect:
BG RCI is one of nine German Berufsgenossenschaften, each operating similar IT infrastructure to support their respective industrial sectors. Excellence in serving BG RCI’s Nuremberg data center could open doors to opportunities across sister organizations including BG BAU (construction), BG ETEM (energy/textiles/electrical), and others—collectively representing hundreds of millions in IT procurement across Germany’s occupational insurance system.

Technical Complexity as Competitive Moat:
The requirement to support VMware virtualization, Microsoft enterprise applications, Trellix security software, high-end Cisco networking, and IBM enterprise storage simultaneously demands multi-vendor expertise rarely found in smaller IT service providers. This scope naturally favors mid-to-large German IT consultancies with dedicated data center practices, multi-certified technical staff, and established vendor partnerships.

Practical Takeaways for Bidders

Who This Tender Suits:

  • German IT service providers with data center operations expertise and Nuremberg regional presence
  • Mid-sized IT consultancies (50-500 employees) with multi-vendor technical certifications across VMware, Microsoft, Cisco, IBM, and Checkpoint
  • Managed service providers specializing in German public sector and insurance industry clients
  • Companies with German-speaking technical staff holding relevant certifications (VCP, MCSE, CCNP, IBM Certified Specialist)
  • Firms seeking long-term stability (56 months) in enterprise IT infrastructure management

Critical Attention Points:

Multi-Vendor Certification Requirements:
Your bid must demonstrate certified expertise across at least five distinct technology platforms. Generic IT support capability statements will be insufficient. Expect detailed technical evaluation on:

  • VMware vSphere administration and troubleshooting (VCP certification)
  • Microsoft Windows Server, SQL Server, SharePoint (MCSE or equivalent)
  • Cisco Nexus and Catalyst networking (CCNA minimum, CCNP preferred)
  • IBM FlashSystem storage administration
  • Checkpoint firewall management (CCSA/CCSE certifications)

Migration Project Management Capability:
The 2025/2026 hardware refresh represents complex change management requiring:

  • Detailed migration planning with minimal service disruption
  • Data center relocation or in-place hardware swap strategies
  • Virtual machine migration from existing to new Lenovo infrastructure
  • Storage area network (SAN) data migration with zero data loss
  • Network cut-over planning for Cisco equipment replacement without connectivity interruptions
  • Security policy migration and validation for Checkpoint firewalls

Your proposal should include specific methodologies, timeline estimates, and risk mitigation strategies for each migration component.

Service Day Allocation Strategy:
The “190 Tage Service” reference requires careful interpretation and pricing strategy. Clarify whether:

  • These represent full on-site days (8 hours) or partial day allocations
  • Additional support beyond 190 days is expected on time-and-materials basis
  • Remote monitoring and support outside the 190-day allocation is included in the base price
  • Emergency response and after-hours support are covered separately

German Language and Compliance Documentation:
All proposal materials, technical documentation, SLA definitions, and ongoing operational reporting will be in German. Ensure your bid team includes:

  • Native German speakers familiar with German IT regulatory terminology
  • Understanding of BSI (Bundesamt für Sicherheit in der Informationstechnik) security standards
  • Familiarity with German public sector data protection requirements (BDSG/DSGVO)
  • Experience with German insurance sector IT compliance frameworks

Quality-Price Balance:
While specific weighting isn’t disclosed, the historical presence of both €1.1M contracts (CONSOLUT, SOPRA) and this €230K tender suggests BG RCI values comprehensive technical capability and may accept premium pricing for demonstrated multi-vendor expertise and proven public sector experience. Don’t underprice at the risk of failing quality thresholds—focus on demonstrating superior technical depth and service reliability.

Site Visit and Current State Assessment:
With 53 days between publication and deadline, prioritize:

  • Site visit to the Nuremberg data center to assess current infrastructure
  • Meetings with BG RCI IT staff to understand existing pain points and service expectations
  • Review of current hardware inventory and configurations
  • Understanding of existing backup, disaster recovery, and business continuity requirements
  • Clarification of any security clearance or background check requirements for personnel accessing insurance sector data

Incumbent Research:
While the current contract holder is not disclosed in this notice, the historical winner data provides likely candidates. If CONSOLUT or SOPRA currently hold this contract, study their publicly available data center service models and case studies. If neither is incumbent, investigate why—it might reveal authority dissatisfaction with previous performance or opportunity for differentiated approaches.

Reference Projects and Case Studies:
Prepare compelling reference projects demonstrating:

  • Successful data center migrations with similar technology stacks (Lenovo/Dell/HP servers, Cisco networking, IBM or NetApp storage)
  • Long-term managed services relationships with German public sector or insurance clients
  • Multi-year contracts where you maintained high service levels (include SLA achievement data)
  • Experience managing VMware environments at scale (200+ virtual machines)
  • Checkpoint firewall implementations and ongoing management

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

Positioning for Success in German Public Sector IT Services

BG RCI’s €230,000 data center services tender exemplifies the specialized, technically demanding procurement opportunities that characterize Germany’s public sector insurance infrastructure landscape. The authority’s 112 historical contracts (€22M), combined with 48 upcoming renewals (€35M), signal mature, professional procurement operations where past performance, multi-vendor technical certification, and proven service reliability drive award decisions as much as competitive pricing.

The competitive landscape—dominated by specialized German IT consultancies like CONSOLUT and SOPRA, but with demonstrated openings for mid-tier firms with deep technical expertise—rewards bidders who combine comprehensive multi-vendor capabilities with proven local operational presence in Bavaria and established track records in German public sector IT services.

The 56-month contract term, encompassing both a major hardware migration and subsequent long-term operations support, offers successful contractors stability, recurring revenue, and potential positioning within Germany’s broader Berufsgenossenschaften network—nine occupational insurance organizations collectively representing hundreds of millions in IT infrastructure investment.

Understanding authority procurement patterns, competitor positioning, and the technical requirements embedded in Germany’s public sector IT regulatory framework transforms bid decisions from opportunistic responses into strategic market entry or expansion moves.

Hermix makes this analysis possible in minutes, even for German-language tenders. Instead of manually searching German procurement portals, translating technical specifications, researching contractor histories, and compiling authority spending data, Hermix’s AI-powered platform delivers instant competitive intelligence, automated tender monitoring across all German public buyers, and strategic procurement insights.

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’s complex, multilingual procurement landscape.

PS: This analysis is based on publicly available tender documentation and data provided by the contracting authority. While we strive to provide accurate information, users are responsible for verifying all details against official tender documents before making any procurement decisions.

BG RCI Nuremberg Launches - €230,000 Data Center Services


Ardersier Port Launches €11.3 Million Landside Civil Works Tender for Phase 2 Expansion

A major Scottish port infrastructure project seeks civil engineering contractors for 100-acre site development supporting renewable energy and heavy industry logistics in the Moray Firth.

Ardersier Port (Scotland) Limited, operating through Moray Council procurement frameworks, has published an €11.3 million civil works tender for Phase 2 landside development at Ardersier Port near Inverness. With a deadline of January 16, 2026, this Pre-Qualification Questionnaire (PQQ) stage seeks experienced contractors capable of large-scale earthworks, ground strengthening, and utilities infrastructure across approximately 100 acres, with a variant option extending to 250 acres. The project represents strategic investment in port capacity supporting Scotland’s renewable energy sector, particularly offshore wind manufacturing and installation operations.

The scope encompasses tree clearance, site leveling using existing sand materials, ground strengthening to achieve 250kPa/m² load-bearing capacity, and comprehensive utilities rerouting including underground power supplies and drainage systems. The buyer’s procurement history of 2,800 contracts worth €5.2 billion, combined with 1,300 upcoming renewals valued at €9.2 billion, positions this as both significant infrastructure investment and revealing insight into Scotland’s port development priorities.

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

Opportunity Overview

Contracting Authority: Ardersier Port (Scotland) Limited
Buyer Official Name: Moray Council
Reference Number: ocds-r6ebe6-0000801448
Tender Title: Ardersier Port, Phase 2 – Landside Civils

Scope of Work:
Civil engineering works across approximately 100-acre gorse area, with the following key components:

Earthworks:

  • Tree clearance and environmental screening
  • Topsoil stripping and disposal from extension area
  • Upfilling extension and yard areas to required levels using site-won sand
  • Achieving uniform finished ground level coordinating with Phase 1 works

Ground Strengthening:

  • Stone capping of extension and yard areas to 25t/m² capacity
  • Achieving load-bearing capacity of 250kPa/m²
  • Integration with existing Phase 1 infrastructure

Services Civil Works:

  • Rerouting and undergrounding existing overhead power supply
  • Rerouting existing water main supply
  • Rerouting drainage ditch around new site perimeter
  • Passive drainage system consistent with Phase 1 philosophy

Services Mechanical & Electrical Installations:

  • Power supply underground installation
  • Water supply rerouting and connections
  • Drainage infrastructure mechanical systems

Coordination Requirements:

  • Interface with client’s quayside civil works contractor
  • Potential future street lighting (not currently in scope but may be added via permitted modification under Utilities Contracts (Scotland) Regulations 2016)

Variant Tender Option: Bidders may submit variant proposals for expanded scope covering Gorse & Woodland Area (approximately 250 acres), same works at significantly larger scale.
Location: Ardersier Port Approach, Ardersier, Inverness, Scotland, IV2 7QX
Estimated Total Value: €11,274,846.94
Contract Duration: Unknown (to be defined in ITT stage)
Contract Type: Works
Procedure Type: Negotiated with prior publication / competitive with negotiation

Key Dates:

  • Publication: December 4, 2025
  • Submission Deadline: January 16, 2026 (43 days)
  • Tender Opening: January 16, 2026

Current Stage: Stage 2 – Pre-Qualification Questionnaire (PQQ)
Next Stage: Stage 3 – Invitation to Tender (ITT)

Monitor Scottish infrastructure tenders automatically.

Create your free Hermix account at https://hermix.com/sign-up/ for AI-powered tender tracking, competitive intelligence across UK construction markets, and automated alerts for port and energy infrastructure opportunities.

Project Context: Ardersier Port and Scotland’s Renewable Energy Ambitions

Ardersier Port occupies a strategic location on the Moray Firth in the Scottish Highlands, approximately 10 miles northeast of Inverness. The site has historical significance as a former oil rig fabrication yard and is being redeveloped to support Scotland’s offshore renewable energy sector, particularly offshore wind turbine manufacturing, assembly, and installation logistics.

Phase 2 landside civil works follow Phase 1 infrastructure development, indicating multi-phase investment in port capacity. The 100-acre development area (with 250-acre variant option) suggests substantial expansion to accommodate heavy industrial operations requiring significant hardstanding areas, load-bearing capacity for heavy machinery, and utilities infrastructure supporting manufacturing or logistics operations.

Buyer Procurement Activity:

  • Total Contract Awards: 2,800 contracts worth €5.2 billion
  • Active Tender Pipeline: 79 open tenders valued at €1.6 billion
  • Renewal Forecast: 1,300 potential renewals worth €9.2 billion

Construction and Civil Works:

  • Similar Contract Awards: 574 contracts totaling €678 million (average: €1.2M per contract)
  • Similar Open Tenders: 22 current opportunities worth €947 million
  • Similar Renewals: 326 upcoming renewals worth €3.3 billion

Market Context:
The buyer operates within the broader UK construction and infrastructure market where 6,900 similar authorities represent €1.2 trillion in related procurement. This positions successful contractors not just for this Ardersier project, but potentially for relationships across Scotland’s port infrastructure network and renewable energy supply chain developments.

Competitive Landscape: Scottish Civil Engineering Specialists

Historical contract awards reveal a diverse market with both large national contractors and specialized regional firms, though construction-specific patterns show concentration among established Scottish civil engineering companies.

Top Contract Winners (All Categories):

  1. TAYLOR AND FRASER: €170M across 10 contracts (€17M average)
  2. SECURITAS: €31M across 27 contracts (€1.2M average)
  3. EDF: €25M across 15 contracts (€1.7M average)
  4. ARGYLL AND BUTE COUNCIL: €14M across 9 contracts (€1.6M average)
  5. REVVITY: €12M across 14 contracts (€834K average)
  6. PAT MUNRO (ALNESS) LTD: €9.9M across 19 contracts (€522K average)
  7. LEITHS SCOTLAND: €9.3M across 10 contracts (€934K average)
  8. MACKENZIE CONSTRUCTION: €8.8M across 10 contracts (€885K average)

Key Competitive Observations:

Civil Engineering Specialists: Taylor and Fraser’s €170M total with €17M average contract size signals capability for major infrastructure projects. Leiths Scotland and Mackenzie Construction both demonstrate repeat business with 10 contracts each, indicating successful relationship-building with Scottish public authorities.

Regional Presence: Pat Munro (Alness) Ltd is based in Alness, Ross-shire, approximately 30 miles from Ardersier, suggesting strong local knowledge and established relationships in Highland region civil works. This local presence may provide competitive advantages in site logistics, labor mobilization, and understanding of regional conditions.

100% UK Market: All 548 visible contracts (€677M total) were awarded to UK-based companies, with strong Scottish representation. This indicates either explicit local content requirements, practical advantages of Scottish presence for Highland projects, or competitive strength of Scottish civil engineering firms in regional procurement.

Contract Size Variation: The €11.3M tender value aligns well with historical patterns, exceeding the €1.2M average but within range of larger contracts secured by established firms. The scale suggests this is substantial but not unprecedented for the buyer’s procurement portfolio.

Port and Energy Sector Experience: While detailed sector breakdowns aren’t visible in this dataset, contractors with proven track records in port infrastructure, heavy industrial ground works, or renewable energy logistics facilities will likely have competitive advantages given Ardersier’s strategic role.

Commercial and Procedural Signals

Negotiated Procedure Approach:
Use of negotiated procedure with prior publication (rather than standard open procedure) signals the buyer’s desire for dialogue and flexibility. This suggests:

  • Technical complexity requiring contractor input on methodology
  • Potential for design refinement during procurement process
  • Flexibility to negotiate terms, timelines, and risk allocation
  • Recognition that optimal solutions may require collaboration

PQQ Stage Focus:
This is a Pre-Qualification stage, meaning initial submissions focus on demonstrating capability, experience, financial standing, and health & safety credentials rather than detailed pricing. Successful PQQ candidates will advance to Stage 3 (Invitation to Tender) for detailed technical and commercial proposals.

Variant Tender Option:
The 250-acre variant (versus 100-acre baseline) provides:

  • Flexibility for buyer to scale scope based on budget and strategic priorities
  • Opportunity for contractors to demonstrate scalability and efficiency at larger scope
  • Potential for economies of scale in mobilization, equipment, and project management
  • Testing of contractor capacity for future phases

Load-Bearing Capacity Requirements:
The specified 250kPa/m² (approximately 25 tonnes per square meter) load-bearing capacity indicates preparation for:

  • Heavy mobile cranes and lifting equipment
  • Large component storage and handling
  • Wind turbine nacelle and blade assembly operations
  • Heavy goods vehicle traffic and logistics operations

This technical requirement will eliminate contractors without specialized ground stabilization and heavy industrial civil engineering experience.

Site-Won Materials Approach:
Specifying use of existing sand materials from the site for upfilling indicates:

  • Cost optimization through reduced materials import
  • Environmental considerations minimizing off-site disposal
  • Requirement for contractors experienced in material reuse and ground engineering
  • Potential geotechnical challenges requiring specialist knowledge

Utilities Coordination Complexity:
Rerouting overhead power, water mains, and drainage while maintaining operational continuity requires:

  • Coordination with utility providers (Scottish and Southern Electricity Networks, Scottish Water)
  • Phased work programs minimizing service disruptions
  • Temporary works and contingency planning
  • Understanding of Scottish utilities regulations and approval processes

Strategic Context and Practical Takeaways

Scotland’s Green Freeport Ambitions:
Ardersier Port’s development aligns with Scotland’s Inverness and Cromarty Firth Green Freeport designation, which provides tax incentives and streamlined planning for renewable energy manufacturing and logistics. This tender represents infrastructure investment supporting offshore wind supply chain localization.

Offshore Wind Market Opportunity:
Scotland’s ScotWind leasing round awarded rights for up to 25GW of offshore wind capacity, creating demand for port facilities supporting turbine manufacturing, assembly, and installation. Ardersier’s deep-water access and large laydown areas position it strategically for this market.

Multi-Phase Development Pattern:
Reference to “Phase 2” and coordination with Phase 1 infrastructure indicates long-term development program. Successful Phase 2 contractors may be favorably positioned for future phases, extensions, or maintenance works.

Who This Tender Suits:

  • Scottish civil engineering contractors with heavy industrial project experience
  • Firms with port infrastructure, energy sector, or heavy industrial ground works portfolios
  • Companies with Highland region presence or established Scottish operations
  • Contractors experienced in earthworks at scale (100+ acre developments)
  • Specialists in ground stabilization for heavy load-bearing requirements

Critical Success Factors:

PQQ Documentation Excellence: Demonstrate financial stability, health & safety credentials (required for all Scottish public sector work), insurance capacity (professional indemnity and public liability appropriate to €11M+ project), and technical capability through relevant project references.

Highland Region Understanding: Show knowledge of local conditions including Scottish weather patterns affecting earthworks programs, Highland Council planning and environmental requirements, and logistics for material delivery to remote sites.

Ground Engineering Expertise: Provide evidence of achieving specified load-bearing capacities in similar soil conditions, experience with site-won materials reuse, and geotechnical investigation and design capabilities.

Utilities Coordination Experience: Demonstrate successful delivery of projects requiring complex utilities diversions, coordination with multiple utility providers, and maintaining service continuity during construction.

Health, Safety, and Environmental Management: Scottish public sector procurement heavily weights HSE capability. Provide Construction Design and Management (CDM) compliance evidence, environmental management system certification (ISO 14001), and project-specific HSE plans.

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

Conclusion

Ardersier Port’s €11.3 million Phase 2 landside civil works represents significant infrastructure investment supporting Scotland’s renewable energy transition and green industrial strategy. The buyer’s 2,800 historical contracts (€5.2B) and 1,300 approaching renewals (€9.2B) signal mature procurement operations embedded within Scotland’s strategic infrastructure development programs.
The competitive landscape favors Scottish civil engineering firms with proven heavy industrial experience, though the scale and strategic importance may attract major UK contractors seeking entry to Scotland’s offshore wind supply chain market. For contractors positioned in Scottish regional markets or seeking expansion within the €1.2 trillion UK infrastructure sector, this tender offers both substantial immediate opportunity and strategic positioning for long-term relationships.

Hermix makes tracking UK infrastructure opportunities effortless. Access AI-powered monitoring across Scottish procurement, competitive intelligence on 2,800+ historical contracts, and automated alerts. Create your free account at https://hermix.com/sign-up/ and win more public contracts across Europe’s complex procurement landscape.

PS: This analysis is based on publicly available tender documentation and data provided by the contracting authority. While we strive to provide accurate information, users are responsible for verifying all details against official tender documents before making any procurement decisions.


Northeast Scotland Transport Partnership Seeks €225,000 Consultancy for Energy Transition Infrastructure Study

A nine-month research commission assesses transport network readiness for major energy transition investments in Aberdeen City and Aberdeenshire, supporting Scotland’s net zero objectives and offshore wind sector growth.

North East Scotland Regional Transport Partnership (NESTRANS), operating through Scottish Government procurement frameworks, has published a €225,497 consultancy tender for a strategic transport infrastructure study. With a deadline of January 16, 2026, this nine-month research project will assess the scale, nature, and impact of transformational opportunities, particularly major energy transition projects, on strategic transport networks in Northeast Scotland. Supported by the Aberdeen City Region Deal, the study focuses on infrastructure readiness and resilience as the region positions itself as a hub for offshore renewable energy, advanced manufacturing, and emerging sectors including space launch operations.

The research will build on existing regional economic and transport strategies, aligning with national net zero targets, innovation plans, and inclusive growth objectives. With 2,900 historical contracts worth €9 billion and 1,100 renewals valued at €5.2 billion approaching, this represents both immediate consultancy opportunity and insight into Scotland’s strategic infrastructure planning priorities as it transitions from oil and gas dependency toward renewable energy leadership.

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

Opportunity Overview

Contracting Authority: North East Scotland Regional Transport Partnership (NESTRANS)
Buyer Official Name: Scottish Government
Reference Number: ocds-r6ebe6-0000817172
Tender Title: Assessing the Implications of Significant Transformational Investment on Strategic Transport Networks in the North East of Scotland

Scope of Work:
Commission a comprehensive study to identify and assess transformational opportunities impacting strategic transport infrastructure in North East Scotland, including:

Energy Transition Projects:

  • Major offshore wind developments and onshore logistics requirements
  • Port infrastructure expansions supporting renewable energy sector
  • Energy storage and grid connection projects
  • Hydrogen production and distribution networks
  • Carbon capture and storage (CCS) infrastructure

Emerging Sectors:

  • Life sciences and biotechnology
  • Digital infrastructure and data centers
  • Advanced manufacturing
  • Space launch operations (potential spaceport developments)

Research Objectives:

  • Assess readiness and resilience of strategic transport networks
  • Identify infrastructure gaps and capacity constraints
  • Evaluate impacts on road, rail, port, and airport infrastructure
  • Analyze alignment with net zero targets and inclusive growth objectives
  • Inform future infrastructure investment priorities
  • Support policy development and delivery planning

Methodology Requirements:

  • Build on existing regional economic and transport strategies
  • Integrate with neighboring regional plans
  • Align with national policy frameworks including net zero targets
  • Coordinate with innovation and infrastructure plans at national scale
  • Ensure inclusive growth considerations

Deliverables: Research report informing future infrastructure investment, policy development, and delivery planning ensuring alignment with national objectives.

Location: North East Scotland (Aberdeen City and Aberdeenshire)
Contract Value: €225,496.94
Contract Duration: 9 months
Contract Type: Services
Procedure Type: Open

Key Dates:

  • Publication: December 1, 2025
  • Submission Deadline: January 16, 2026 (46 days)
  • Tender Opening: January 16, 2026

Contact: Angela Hocking

Track Scottish infrastructure consultancy opportunities automatically.

Create your free Hermix account at https://hermix.com/sign-up/ for AI-powered monitoring across UK public sector research commissions, transport planning tenders, and strategic consultancy opportunities.

Strategic Context: Aberdeen’s Energy Transition and Regional Development

Northeast Scotland, centered on Aberdeen City and Aberdeenshire, faces profound economic transformation as the region transitions from decades of oil and gas dominance toward renewable energy leadership. Aberdeen, historically known as Europe’s “oil capital,” is repositioning as a global hub for offshore wind, hydrogen, and clean energy technologies.

Aberdeen City Region Deal provides £250 million investment supporting economic diversification, infrastructure development, and innovation. This NESTRANS study directly supports Region Deal objectives by ensuring transport infrastructure can accommodate transformational projects including offshore wind manufacturing facilities, port expansions, and emerging sector developments.

Energy Transition Scale: ScotWind leasing round awarded rights for up to 25GW offshore wind capacity in Scottish waters, with significant port logistics, manufacturing, and operations support requirements. Northeast Scotland’s existing energy sector expertise, port infrastructure, and skilled workforce position it strategically for offshore wind supply chain leadership, but only if transport networks can handle dramatically increased heavy cargo movements, workforce mobility, and just-in-time manufacturing logistics.

Buyer Procurement Activity:

  • Total Contract Awards: 2,900 contracts worth €9 billion
  • Active Tender Pipeline: 76 open tenders valued at €667 million
  • Renewal Forecast: 1,100 renewals worth €5.2 billion

Consultancy and Research Services:

  • Similar Contract Awards: 344 contracts totaling €965 million (average: €2.9M per contract)
  • Similar Open Tenders: 22 opportunities worth €60 million
  • Similar Renewals: 294 upcoming renewals worth €1 billion

Competitive Landscape: Diverse Contractor Base

Historical contract awards reveal a diverse market spanning public sector bodies, security services, and specialized consultancies, though the “similar contracts” category is broad and includes non-consultancy services.

Top Contract Winners (All Categories):

  1. EAST DUNBARTONSHIRE COUNCIL: €64M across 20 contracts (€3.4M average)
  2. NHS BORDERS: €34M across 36 contracts (€963K average)
  3. SECURITAS: €32M across 35 contracts (€911K average)
  4. DUMFRIES AND GALLOWAY COUNCIL: €20M across 17 contracts (€1.2M average)
  5. REVVITY: €11M across 11 contracts (€1M average)
  6. ARGYLL AND BUTE COUNCIL: €9.4M across 6 contracts (€1.6M average)
  7. MORAY COUNCIL: €8.1M across 8 contracts (€1M average)
  8. THE CITY OF EDINBURGH COUNCIL: €7.9M across 13 contracts (€609K average)

Key Observations:

Public Sector Presence: Multiple Scottish local authorities appear as contractors, indicating inter-governmental service agreements or shared services arrangements common in the Scottish public sector. This may reflect consultancy work delivered by in-house council expertise or collaborative research projects.

Sector Diversity: The visible contractor list includes healthcare (NHS Borders), security services (Securitas), and various councils, suggesting the “similar contracts” category is broad and not limited to transport consultancy. Actual transport planning and research specialists may not be visible in this top-10 list.

100% UK Market: All 338 visible contracts (€965M total, average €2.9M) were awarded to UK-based entities, indicating domestic market focus for strategic research and consultancy work.

Contract Size Comparison: The €225K tender value is below the historical average (€2.9M), suggesting this is a focused research study rather than multi-year framework or large-scale consultancy engagement. The nine-month duration supports this interpretation.Transport Consultancy Specialists: The actual competitive field for this transport infrastructure study will likely include UK transport planning consultancies such as Steer, WSP, Jacobs, SYSTRA, Atkins (SNC-Lavalin), and Scottish-based firms with regional transport planning expertise.

Commercial and Procedural Signals

Open Procedure Approach:
Standard open procedure (rather than restricted or negotiated) indicates a transparent, competitive process where all qualifying bidders can submit proposals. Selection based on published award criteria without negotiation stage.

Nine-Month Duration:
Timeline suggests comprehensive research study including:

  • Stakeholder consultation and data gathering (2-3 months)
  • Analysis and modeling (3-4 months)
  • Report drafting, review, and finalization (2-3 months)

Contractors should plan for sustained engagement rather than quick desktop study.

Aberdeen City Region Deal Context:
Funding support from Region Deal indicates strategic importance and likelihood of implementation follow-through. Findings will inform substantial infrastructure investment decisions worth tens or hundreds of millions.

Policy Alignment Requirements:
Explicit requirements to align with national net zero targets, inclusive growth objectives, and innovation strategies indicate multi-dimensional analysis beyond pure transport engineering. Successful proposals will demonstrate understanding of:

  • Scottish Government transport and climate policy frameworks
  • Just Transition principles for energy sector workforce
  • Inclusive growth ensuring benefits reach all communities
  • Innovation ecosystem development supporting emerging sectors

Stakeholder Complexity:
Northeast Scotland stakeholders include:

  • Aberdeen City Council and Aberdeenshire Council
  • Aberdeen Harbour Board (major port expansion underway)
  • Transport Scotland (national transport agency)
  • Energy sector employers and industry bodies
  • Community groups and environmental organizations

Effective consultation and engagement capabilities will be essential.

Practical Takeaways for Bidders

Who This Tender Suits:

  • UK transport planning consultancies with Scottish experience
  • Economic development and infrastructure specialists
  • Firms with energy sector and net zero transition expertise
  • Consultancies experienced in regional transport strategies
  • Multi-disciplinary teams combining transport, economics, and policy analysis

Critical Success Factors:

Transport Planning Expertise: Demonstrate experience developing regional transport strategies, particularly for areas undergoing economic transformation. Include examples of infrastructure readiness assessments for major industrial developments.

Energy Transition Knowledge: Show understanding of offshore wind logistics requirements, port infrastructure needs for the renewable energy sector, and hydrogen economy transport implications. Aberdeen’s specific context as an energy transition hub should be evident.

Scottish Policy Familiarity: Reference Scottish Government frameworks including National Transport Strategy, Climate Change Plan, and National Planning Framework 4. Understanding of Scottish political and policy context is essential.

Stakeholder Engagement Capability: Provide methodology for consulting diverse stakeholders including local authorities, transport operators, energy companies, community groups, and national agencies. Aberdeen’s complex governance landscape requires sophisticated engagement approaches.

Data and Modeling Capabilities: Demonstrate access to transport modeling tools, economic impact assessment methodologies, and ability to integrate multiple data sources including traffic data, port logistics, energy sector forecasts, and population projections.

Deliverables Quality: Provide samples of previous strategic research reports demonstrating clear writing, effective data visualization, actionable recommendations, and policy-ready outputs suitable for Scottish Government and local authority decision-makers.

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

Conclusion

NESTRANS’ €225,000 transport infrastructure study represents strategically important research informing Northeast Scotland’s transition from oil and gas dependency toward renewable energy leadership. While modest in value, the study’s findings will influence infrastructure investment decisions worth hundreds of millions as Aberdeen positions itself for offshore wind manufacturing, hydrogen economy development, and emerging sectors including space launch operations.

The buyer’s 2,900 historical contracts (€9B) and 1,100 approaching renewals (€5.2B) signal mature procurement operations embedded within Scotland’s strategic economic development frameworks. For transport planning consultancies and economic development specialists seeking positioning within UK renewable energy infrastructure markets, this tender offers both immediate opportunity and relationship-building potential with key Scottish public sector decision-makers.

Hermix makes tracking UK infrastructure consultancy opportunities effortless. Access automated monitoring, competitive intelligence, and strategic insights. 

Create your free account at https://hermix.com/sign-up/ and win more public sector contracts across Europe’s complex procurement landscape.

PS: This analysis is based on publicly available tender documentation and data provided by the contracting authority. While we strive to provide accurate information, users are responsible for verifying all details against official tender documents before making any procurement decisions.

Assessing the Implications of Significant Transformational Investment on Strategic Transport Networks in the North East of Scotland

Italian Public Procurement Agency Establishes €700M Security Services Dynamic Purchasing System

CONSIP S.P.A. has established a Dynamic Purchasing System for Public Administration Security and Surveillance Services worth €700,000,000.00 over 48 months. This restricted procedure uses lowest-price evaluation and remains open for applications until July 3, 2027, serving Italian public administration authorities nationwide.

Executive Summary

CONSIP S.P.A., acting on behalf of the Italian Ministry of Economy and Finance, has established a Dynamic Purchasing System (DPS) for security and surveillance services (Servizi di Vigilanza) for Italian public administration. The system totals €700,000,000.00 over 48 months with applications accepted until July 3, 2027. Published July 7, 2023, this restricted procedure procurement uses lowest-price evaluation criteria. The DPS is divided into product categories as detailed in the technical specifications. Services cover the entire Italian national territory with specific locations detailed in individual call-off invitations. Security service providers, surveillance companies, and firms experienced with Italian public sector dynamic purchasing systems should prioritize joining this framework. CONSIP’s extensive procurement history (3,700 contracts worth €111 billion) demonstrates sustained demand for diverse public administration services.

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

Tender Overview

Basic Information

Document ID: 407580-2023 Reference Number: ID 2679 Document Type: Dynamic purchasing system Publication Date: July 7, 2023 Application Deadline: July 3, 2027 Status: Open Source: TED

Financial Summary

Total Estimated Value: €700,000,000.00 Contract Duration: 48 months EU Funding: No

Dynamic Purchasing System Structure

The procurement establishes a DPS divided into product categories (categorie merceologiche) as specified in the technical specifications (Capitolato d’Oneri).

Services under individual call-offs will be detailed in specific invitation letters and accompanying documentation.

Buyer Profile Analysis

Organization Overview

Official Name: CONSIP S P A A SOCIO UNICO (Consip S.p.A. a socio unico) Contact Details: DIVISIONE SOURCING DIGITALIZZAZIONE, DOTT.SSA GIOVANNA TEBANO IN QUALITÀ DI IL RESPONSABILE DEL PROCEDIMENTO PER LA FASE DI AFFIDAMENTO Contact Email: utg@consip.it Phone: +39 06854491 External URLs: https://www.consip.it; https://www.acquistinretepa.it; https://www.mef.gov.it

Buyer Type: Body governed by public law Main Activity: General public services Country: Italy

Organizational Background

CONSIP S.p.A. operates as Italy’s central public procurement agency, conducting procurements on behalf of the Ministry of Economy and Finance and other Italian public administrations.

Procurement History

The buyer’s procurement data shows extensive contracting activity:

Previous Contract Winners (Similar Contracts):

  • CISALPINA TOURS: €9.2M across 2 contracts, average €4.6M per contract
  • REGENT INTERNATIONAL: €4M across 1 contract, average €4M per contract
  • UVET GLOBAL BUSINESS TRAVEL: €1.6M across 1 contract, average €1.6M per contract

Note: The “similar contracts” data reflects domain classification matching (Supporting and auxiliary transport services; travel agencies services / Port operation services) rather than security services specifically. This classification may not accurately represent security and surveillance service contractors.

All previous contractors are from Italy: €15M across 4 contracts, average €3.7M per contract.

Total procurement activity:

  • 3,700 contract awards worth €111B total
  • 9 similar contract awards worth €15M
  • 5 similar renewals worth €1.8B
  • 453 total renewals worth €190B
  • 1 similar open tender worth €700M
  • 21 total open tenders worth €82B
  • 1 similar prior notice worth €12M
  • 157 total prior notices worth €31B

The market data indicates 343 other buyers with similar projects valued at €7.5 billion.

Working Relationship Indicators

The procurement follows a restricted procedure, requiring qualification before participation in individual call-offs.

The DPS structure allows qualified providers to join throughout the 4-year period until July 3, 2027.

Individual call-offs will specify contracting administrations’ offices and locations.

Evaluation uses lowest-price criteria (“The most economic tender”).

Scope and Requirements Analysis

Service Categories

The DPS covers security and surveillance services (Servizi di Vigilanza) for Italian public administration, divided into product categories as specified in the technical specifications.

Specific services for individual call-offs are detailed in the technical specifications document and will be further specified in individual invitation letters.

Technical Requirements

Services and technical specifications are detailed in the Capitolato d’Oneri (Technical Specifications) of the establishing notice.

Individual call-offs will provide detailed requirements in invitation letters and accompanying documentation.

Geographic Coverage

Place of Performance: IT Italia Main Site: Intero territorio nazionale (Entire national territory)

Individual call-off documentation will specify the offices and locations of contracting administrations.

Market Opportunity Assessment

Target Businesses

This DPS targets:

Security Service Providers: Companies offering security and surveillance services to public sector clients in Italy

Italian Security Companies: Firms with Italian operations and understanding of Italian public administration security requirements

Multi-Regional Security Operators: Providers capable of serving locations across Italy’s national territory

Public Sector Security Specialists: Companies experienced with public administration security protocols and requirements

Dynamic Purchasing System Participants: Firms familiar with Italian DPS procedures and call-off competitions

Lowest-Price Competitors: Providers capable of competitive pricing given economic tender evaluation

Competition Analysis

The procurement history data shows limited directly relevant precedent, as “similar contracts” reflect domain classification (transport/travel services) rather than security services.

Market context:

  • €700M estimated value represents substantial Italian public security procurement capacity
  • 4-year DPS duration with open applications until July 2027
  • 343 buyers with €7.5B in projects using similar domain classifications

Barriers to Entry

Italian Market Presence: Understanding of Italian public administration requirements and security service standards

Restricted Procedure Qualification: Providers must qualify for DPS participation before competing in individual call-offs

Lowest-Price Competition: Economic tender evaluation creates pressure on pricing rather than quality differentiation

National Coverage: Entire Italian territory scope requires multi-regional service capability or partnership networks

Language Requirements: Italian-language documentation and service delivery

Dynamic Purchasing System Experience: Understanding of DPS mechanics, call-off procedures, and qualification maintenance

Long Application Period: DPS open until 2027 allows continuous market entry but creates ongoing competitive uncertainty

Strategic Insights

Key Success Factors

Note: This DPS accepts applications until July 3, 2027.

Successful DPS qualification and call-off bids would demonstrate:

  1. Previous security and surveillance service delivery in Italian public sector
  2. Qualification documentation meeting restricted procedure requirements
  3. Competitive pricing strategies for lowest-price evaluation
  4. Multi-regional service delivery capability across Italian territory
  5. Italian public administration security standards compliance
  6. References from Italian public sector clients
  7. Financial stability for 4-year framework participation
  8. Capacity to respond to call-off invitations with rapid proposal preparation
  9. Understanding of Italian DPS procedures and call-off competition mechanics
  10. Italian-language operational and administrative capability

The DPS structure means providers can join at any time before July 2027, creating ongoing competitive entry opportunities.

Risk Assessment

Potential challenges include:

DPS Uncertainty: Dynamic purchasing systems provide framework access but do not guarantee call-off awards. Qualification effort may not yield contracts if call-off competitions prove unsuccessful.

Lowest-Price Evaluation: Economic tender criteria eliminate quality differentiation opportunities. Service providers compete primarily on price, creating margin pressure.

Long Framework Period: 4-year DPS with applications accepted until July 2027 creates extended competitive uncertainty and potential market entry by new providers throughout the period.

Geographic Distribution: Entire Italian territory coverage requires substantial operational infrastructure or partnership networks for multi-regional service delivery.

Call-Off Response: DPS participation requires capacity to respond to call-off invitations with competitive proposals on potentially short timelines.

Qualification Maintenance: Providers must maintain qualification status throughout DPS period despite changing circumstances.

Domain Classification Discrepancy: The PDF shows domain classifications (transport services, port operations) inconsistent with the security services title, creating uncertainty about service categorization and competitive context.

Regulatory Considerations

All services must comply with Italian public security service regulations and public administration contracting standards. Specific regulatory requirements are detailed in the full DPS documentation.

Actionable Recommendations

For Potential Bidders

Note: This DPS accepts applications until July 3, 2027.

Firms interested in this Italian security services DPS should:

  1. Review full DPS qualification requirements and technical specifications immediately
  2. Assess capability for national Italian territory coverage
  3. Prepare qualification documentation for restricted procedure requirements
  4. Compile references from Italian public administration security service delivery
  5. Develop competitive pricing models for lowest-price evaluation environment
  6. Understand DPS mechanics, call-off procedures, and ongoing obligations
  7. Prepare Italian-language qualification and call-off proposal capabilities
  8. Evaluate financial capacity for 4-year framework participation without guaranteed volumes
  9. Consider joining early versus later in DPS period based on competitive timing strategy
  10. Monitor call-off publications throughout DPS period for bidding opportunities

For Industry Observers

This procurement reveals several significant trends:

Dynamic Purchasing System Adoption: Italy continues expanding DPS use for flexible public procurement frameworks allowing ongoing provider entry.

Centralized Public Procurement: CONSIP’s role in establishing nationwide security services DPS demonstrates Italian centralization of public procurement frameworks.

Lowest-Price Emphasis: Economic tender evaluation for security services reflects Italian public sector focus on cost minimization over quality differentiation.

Long Framework Periods: 4-year DPS duration with applications accepted until 2027 provides extended procurement stability for public administrations while creating ongoing market fluidity.

National Territory Scope: Entire Italian coverage requirements favor large national security providers over regional specialists.

€700M Value Scale: Substantial estimated value indicates significant Italian public administration security and surveillance service demand.

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

Related Opportunities

The tender documentation references only the original DPS establishment notice published July 7, 2023.

The buyer’s procurement profile shows:

  • 5 similar renewal opportunities worth €1.8B
  • 1 similar open tender worth €700M
  • 21 total open tenders worth €82B

This suggests regular procurement cycles for diverse public administration services. Firms should monitor CONSIP notices for future opportunities.

Similar opportunities exist with 343 other buyers conducting projects worth €7.5 billion.

Security service providers should monitor:

  • CONSIP procurement platforms (www.consip.it, www.acquistinretepa.it) for DPS call-offs
  • TED database for Italian public security service tenders
  • Italian public administration procurement portals for regional opportunities
  • Call-off invitations published under this DPS throughout its duration until 2027

Want to see the full documentation and other relevant public tenders, sign-up for free on Hermix, here: https://hermix.com/sign-up/

No credit card required, not questions asked. 

PS: This analysis is based on publicly available tender documentation and data provided by the contracting authority. While we strive to provide accurate information, users are responsible for verifying all details against official tender documents before making any procurement decisions.


UK NHS Foundation Trust Issues €19.2M Falls Prevention Framework Agreement

COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST has issued an open tender for a framework agreement covering falls prevention, rehabilitation and recovery services worth €19,167,239.80 over 4 years. This multi-lot procurement supports NHS delivery of patient care across England and Wales under the Provider Selection Regime, with bids due November 10, 2025.

Executive Summary

COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST seeks healthcare service providers for a framework agreement covering falls prevention, post-fall rehabilitation, and recovery services. The framework totals €19,167,239.80 with values shared across three lots over a 4-year term. Bids close November 10, 2025, with tender opening the same day. This open procedure procurement follows The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025. The 2023 National Audit of Inpatient Falls identified more than 60,000 femoral fractures in England and Wales in 2022 due to falls, with 2,033 occurring in inpatient settings. Services will provide falls support planning, risk assessments, person-centered plans for independent living, strength and balance improvements, hospital admission reduction, falls prevention education, and interventions in home and residential care settings. Performance locations span all English regions and Wales. Healthcare providers with experience in falls prevention programs, elderly care rehabilitation, home-based health interventions, and NHS framework delivery should have prioritized this opportunity. The buyer’s extensive procurement history (682 contracts worth €44 billion) demonstrates sustained demand for health and social care services.

Tender Overview

Basic Information

Document ID: ukfts_061162-2025 Reference Number: F/096/FPRRS/25/SB Publication Date: October 1, 2025 Deadline: November 10, 2025 Tender Opening Date: November 10, 2025 Status: Open Source: UK – Find a Tender Service

Financial Summary

Total Estimated Value: €19,167,239.80 Contract Duration: 4 years EU Funding: No

The procurement consists of 3 lots with shared framework values.

Budget Breakdown

Lot 1 – Falls Prevention Services: €19,167,239.80 Lot 2 – Post Fall Rehabilitation and Recovery Services: €19,167,239.80 Lot 3 – Combination of All Services: €19,167,239.80

The documentation states “Framework lot values may be shared with other lots,” indicating the €19,167,239.80 represents the total framework value distributed across lots rather than the sum of all three.

Framework Structure

Lot 3 operates as an automatic award: All tenderers awarded to Lot 1 and Lot 2 will automatically be awarded onto Lot 3.

Service Scope

Falls Prevention Services (Lot 1): Services delivered to prevent the chance of a fall

Post Fall Rehabilitation and Recovery Services (Lot 2): Services supporting recovery after falls have occurred

Combination of All Services (Lot 3): Comprehensive service delivery combining prevention and post-fall care

Buyer Profile Analysis

Organization Overview

Official Name: COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST Contact Person: Ian Bailiff Contact Email: info@coch-cps.co.uk External URL: https://health-family.force.com/s/welcome

Buyer Type: Body governed by public law Main Activity: Health Country: United Kingdom

Organizational Background

COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST operates as a body governed by public law with the main activity of health services.

Procurement History

The buyer’s procurement data shows extensive contracting activity:

Previous Contract Winners (Top 10):

  • Axonmedical Ltd: €789M across 14 contracts, average €56M per contract
  • THE BULLEN HEALTHCARE GROUP LTD: €5.8M across 5 contracts, average €1.2M per contract
  • FITTLEWORTH MEDICAL LTD: €5.8 across 5 contracts, average €1.2M per contract
  • HEALTHCARE BUSINESS SOLUTIONS UK: €192M across 4 contracts, average €48M per contract
  • SHS PARTNERS SURGICAL: €128M across 3 contracts, average €43M per contract
  • MINDLER LTD: €34M across 3 contracts, average €17M per contract
  • OPTIMUM MEDICAL SOLUTIONS LIMITED: €3.5 across 3 contracts, average €1.2M per contract
  • PORTLAND CLINICAL: €1B across 2 contracts, average €502M per contract
  • SAH DIAGNOSTICS: €920M across 2 contracts, average €920M per contract
  • AM DIAGNOSTIC IMAGING LIMITED: €68M across 2 contracts, average €34M per contract

Contractor countries represented:

  • United Kingdom: €27B across 282 contracts, average €130M per contract
  • Finland: 1 contract

Total procurement activity:

  • 682 contract awards worth €44B total
  • 283 similar contract awards worth €27B
  • 31 similar renewals worth €5.5B
  • 93 total renewals worth €22B
  • 4 similar open tenders worth €333M
  • 5 total open tenders worth €445M
  • 4 similar prior notices worth €0
  • 15 total prior notices worth €34M

The market data indicates 4,600 other buyers with similar projects valued at €421 billion.

Working Relationship Indicators

The procurement follows an open procedure under The Health Care Services (Provider Selection Regime) Regulations 2023 and The Health Services (Provider Selection Regime) (Wales) Regulations 2025.

The framework is available for use by all Relevant Authorities as defined in section 12ZB(7) of the National Health Service Act 2006 and section 10A(9) of the National Health Service (Wales) Act 2006, including combined authorities, integrated care boards, local authorities in England, NHS England, NHS foundation trusts, NHS trusts, county councils in Wales, county borough councils in Wales, local health boards, and special health authorities.

The 4-year framework term provides long-term service stability for participating authorities.

Scope and Requirements Analysis

Service Categories

The framework addresses falls prevention and post-fall care across three integrated lots:

Falls Prevention Services (Lot 1): Services delivered to prevent the chance of falls, including:

  • Falls support planning and risk assessments for individuals and their homes
  • Person-centered plans to maximize older people’s potential for independent living
  • Interventions to reduce fall risks and injuries by improving strength and balance
  • Reduction of hospital admissions resulting from falls
  • Falls prevention education and awareness for multi-organizations, agencies, care homes, and the public
  • Delivery of falls prevention interventions in both home and residential care settings

Post Fall Rehabilitation and Recovery Services (Lot 2): Services supporting individuals after falls have occurred

Combination of All Services (Lot 3): Comprehensive service delivery automatically awarded to providers winning both Lot 1 and Lot 2

Clinical Context

The 2023 National Audit of Inpatient Falls report on 2022 clinical data identified:
More than 60,000 people sustained femoral fractures in England and Wales in 2022 due to falls
2,033 of these fractures occurred in inpatient settings
The services aim to address this significant healthcare challenge through prevention, intervention, and recovery support.

Technical Requirements

Services must align with NHS core Key Performance Indicators and standards. Specific requirements are detailed in the full tender documentation.

Geographic Coverage

Services will be performed across:

  • South East England
  • East of England
  • Yorkshire and the Humber
  • South West England
  • Wales
  • London
  • East Midlands England
  • North East England
  • North West England
  • West Midlands England

Market Opportunity Assessment

Target Businesses

This procurement targets:
Falls Prevention Specialists: Organizations with expertise in elderly falls prevention, strength and balance programs, and home safety assessments
Healthcare Service Providers: Companies delivering rehabilitation and recovery services in community and residential settings
NHS Framework Contractors: Firms experienced with NHS framework agreements and Provider Selection Regime compliance
Home-Based Care Providers: Organizations capable of delivering interventions in individuals’ homes and residential care facilities
Multi-Regional Operators: Providers with capacity to serve multiple English regions and Wales
Education and Training Providers: Organizations offering falls prevention awareness and education to healthcare staff, care homes, and the public

Competition Analysis

The procurement history reveals significant NHS healthcare contracting activity:

Axonmedical Ltd dominates with €789M across 14 contracts, averaging €56M per contract, though this contractor’s profile suggests medical equipment rather than falls prevention services.

PORTLAND CLINICAL (€1B, 2 contracts) and SAH DIAGNOSTICS (€920M, 2 contracts) represent major healthcare service contractors with substantial average contract values.

HEALTHCARE BUSINESS SOLUTIONS UK (€192M, 4 contracts) and SHS PARTNERS SURGICAL (€128M, 3 contracts) demonstrate mid-tier positioning in healthcare services.

Market context:

  • 283 similar contract awards worth €27B from this buyer
  • 31 renewal opportunities worth €5.5B
  • 4,600 buyers with similar healthcare projects worth €421B

UK contractors dominate the market (€27B across 282 contracts), with minimal international participation.

Barriers to Entry

NHS Experience: Understanding of NHS procurement, Key Performance Indicators, and healthcare service delivery standards
Provider Selection Regime Compliance: Familiarity with The Health Care Services (Provider Selection Regime) Regulations 2023 and Wales 2025 regulations
Falls Prevention Expertise: Specialized knowledge of elderly care, fall risk assessment, strength and balance interventions, and home safety modifications
Multi-Regional Capacity: Ability to deliver services across all English regions and Wales
Framework Agreement Understanding: Experience managing call-off contracts under framework structures with multiple participating authorities
Clinical Standards: Compliance with NHS clinical standards and patient care requirements
Long-Term Service Delivery: Capability to sustain service quality over 4-year framework term

Strategic Insights

Key Success Factors

Note: This tender closes November 10, 2025.

Successful bids would demonstrate:

  1. Previous falls prevention or elderly care rehabilitation service delivery
  2. Experience with NHS framework agreements and Provider Selection Regime
  3. Multi-regional service delivery capability across England and Wales
  4. Evidence-based approaches to falls prevention and post-fall rehabilitation
  5. Track record in home-based and residential care interventions
  6. Quality assurance systems meeting NHS Key Performance Indicators
  7. References from NHS trusts, integrated care boards, or local authorities
  8. Staff qualifications appropriate for falls prevention and rehabilitation services
  9. Capacity to deliver across multiple lots simultaneously
  10. Understanding of National Audit of Inpatient Falls recommendations and NHS elderly care priorities

The framework structure with automatic Lot 3 awards for combined Lot 1 and 2 winners encourages comprehensive service proposals.

Risk Assessment

Potential challenges include:

Geographic Distribution: Delivering services across all English regions and Wales requires substantial operational infrastructure or strong regional partnership networks.

Multi-Authority Framework: Framework agreements serving multiple Relevant Authorities create complexity in managing diverse call-off requirements, service specifications, and reporting obligations.

Clinical Outcomes: Falls prevention effectiveness depends on patient engagement, home environment modifications, and sustained behavior changes. Service quality must demonstrate measurable fall reduction.

Post-Fall Services: Rehabilitation and recovery services require rapid response capabilities and coordination with NHS acute care services.

Four-Year Commitment: Long framework term requires sustained service quality, staff retention, and operational stability despite potential NHS reorganizations.

Value Distribution: Framework lot values may be shared across lots, creating uncertainty about actual spending allocation between prevention and post-fall services.

Provider Selection Regime: Compliance with relatively new regulations (2023 for England, 2025 for Wales) requires understanding of evolving NHS procurement frameworks.

Regulatory Considerations

All services must comply with:

  • The Health Care Services (Provider Selection Regime) Regulations 2023
  • The Health Services (Provider Selection Regime) (Wales) Regulations 2025
  • NHS Key Performance Indicators and standards
  • Relevant health and safety regulations for home-based care delivery

Specific regulatory requirements are detailed in the full tender documentation.

Actionable Recommendations

For Potential Bidders

Note: This tender closes November 10, 2025.

Firms interested in this NHS falls prevention framework should:

  1. Review full tender documentation immediately given November 10 deadline
  2. Assess capability across both Lot 1 (prevention) and Lot 2 (post-fall) to qualify for automatic Lot 3 award
  3. Compile references from NHS trusts, integrated care boards, or local authorities
  4. Demonstrate understanding of National Audit of Inpatient Falls findings and NHS response priorities
  5. Prepare multi-regional delivery methodology covering all specified English regions and Wales
  6. Document compliance with Provider Selection Regime regulations
  7. Present quality assurance systems aligned with NHS Key Performance Indicators
  8. Show evidence-based approaches to falls prevention and rehabilitation
  9. Address both home-based and residential care service delivery
  10. Consider partnerships for geographic coverage if regional presence is limited

For Industry Observers

This tender reveals several significant trends:

Prevention-Focused Healthcare: NHS emphasis on falls prevention reflects broader shift toward proactive health interventions reducing acute care costs.

Framework Agreement Preference: The 4-year framework serving multiple Relevant Authorities enables flexible procurement across NHS organizational structures.

Provider Selection Regime Implementation: This framework demonstrates NHS adoption of new Provider Selection Regime regulations replacing previous procurement frameworks.

Integrated Service Lots: The three-lot structure with automatic combined awards for Lot 1+2 winners encourages comprehensive service proposals over specialized approaches.

Geographic Scope: All-England and Wales coverage requirements favor larger providers or strong consortium arrangements over regional specialists.

Inpatient Falls Crisis: The 2,033 inpatient fractures in 2022 highlight significant NHS patient safety challenges driving falls prevention investment.

Related Opportunities

The tender documentation references only the original contract notice published October 1, 2025.

The buyer’s procurement profile shows:

  • 31 similar renewal opportunities worth €5.5B
  • 4 similar open tenders worth €333M

This suggests regular procurement cycles for health and social care services. Firms should monitor COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST notices for future opportunities.

Similar opportunities exist with 4,600 other buyers conducting health and social work projects worth €421 billion.

Healthcare service providers should monitor:

  • UK Find a Tender Service for NHS and social care opportunities
  • COUNTESS OF CHESTER HOSPITAL NHS FOUNDATION TRUST procurement notices
  • Other NHS foundation trusts and integrated care boards for comparable frameworks
  • Local authority social care procurement for community-based elderly care services

Want to see the full documentation and other relevant public tenders, sign-up for free on Hermix, here: https://hermix.com/sign-up/

No credit card required, not questions asked. 

PS: This analysis is based on publicly available tender documentation and data provided by the contracting authority. While we strive to provide accurate information, users are responsible for verifying all details against official tender documents before making any procurement decisions.

Provision of Falls Prevention, Rehabilitation and Recovery Services

Norwegian Municipality Issues €190K Chemical Handling System Contract

DRAMMEN KOMMUNE has issued an open tender for a chemical handling system (substance registry and exposure register) worth €190,226.18 over 36 months with automatic renewal provisions. This Norwegian-language procurement supports regulatory compliance with Norwegian work execution and product control requirements, with bids closed October 27, 2025.

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

Executive Summary

DRAMMEN KOMMUNE seeks IT service providers for delivery, implementation, and support of a chemical handling system (substance registry and exposure register) for the entire Drammen municipality. The contract totals €190,226.18 (NOK 2,000,000 excl. VAT) over an initial 36-month period with automatic annual renewals. Bids closed October 27, 2025, with tender opening the same day. This open procedure procurement requires Norwegian-language submissions with evaluation criteria not disclosed. The system must facilitate compliance with Norwegian work execution regulations and product control law. The contract features a 3-year initial term, then automatic 1-year renewals unless terminated by Drammen with 3 months notice. Suppliers can terminate with 12 months notice. Estimated annual value is NOK 500,000. Software vendors with experience in chemical management systems, Norwegian regulatory compliance, and municipal IT implementations should have prioritized this opportunity. The buyer’s procurement history (219 contracts worth €475 million) demonstrates sustained demand for IT services and software systems.

Tender Overview

Basic Information

Document ID: NO_2025-114068 Reference Number: 25/31167 Publication Date: October 1, 2025 Deadline: October 27, 2025 Tender Opening Date: October 27, 2025 Status: Closed Source: Doffin

Financial Summary

Total Estimated Value: €190,226.18 (NOK 2,000,000 excl. VAT) Estimated Annual Value: NOK 500,000 Contract Duration: 36 months initial term EU Funding: No

The procurement consists of a single lot covering the entire chemical handling system.

Contract Structure

The agreement features:

  • Initial 3-year term
  • Automatic renewal for 1-year periods thereafter
  • Buyer termination: 3 months notice before renewal date
  • Supplier termination: 12 months notice before renewal date

Service Scope

The contract encompasses:

  • Chemical handling system (substance registry and exposure register)
  • Delivery of the IT service
  • Implementation across Drammen municipality
  • Ongoing support services

The system must facilitate Drammen kommune’s compliance with Norwegian work execution regulations (“Forskrift om utførelse av arbeid”) and product control law (“Lov om kontroll med produkter og forbrukertjenester (produktkontrolloven)”).

Buyer Profile Analysis

Organization Overview

Official Name: DRAMMEN KOMMUNE Contact Person: LARS CHRISTIAN GJØSÆTHER Contact Email: lars.christian.gjosaether@drammen.kommune.no Phone: 32040000 External URL: https://www.drammen.kommune.no/

Buyer Type: Body governed by public law Main Activity: General public services Country: Norway Project Location: Norway

Organizational Background

DRAMMEN KOMMUNE operates as a body governed by public law with the main activity of general public services.

Procurement History

The buyer’s procurement data shows:

Previous Contract Winners (Top 10):

  • ATEA: €97M across 10 contracts, average €11M per contract
  • SOPRA: €3.6M across 3 contracts, average €1.8M per contract
  • ECIT SOLUTIONS ONE: €2.3M across 3 contracts, average €761K per contract
  • VINGMED: €1.3M across 3 contracts, average €449K per contract
  • INSTRUMENTTEAM: €7.6M across 2 contracts, average €3.8M per contract
  • TIETOEVRY: €3.6M across 2 contracts, average €1.8M per contract
  • PWC: €3.6M across 2 contracts, average €1.8M per contract
  • A 2 NORGE: €3.6M across 2 contracts, average €1.8M per contract
  • ECIT DULRAM: €951K across 2 contracts, average €476K per contract
  • AXIELL NORGE: €571K across 2 contracts, average €285K per contract

Contractor countries represented:

  • Norway: €126M across 44 contracts, average €3.2M per contract
  • Ireland: €190K across 2 contracts, average €95K per contract

Total procurement activity:

  • 219 contract awards worth €475M total
  • 47 similar contract awards worth €126M
  • 46 similar renewals worth €116M
  • 275 total renewals worth €597M
  • 4 total open tenders worth €1.4M
  • 20 similar prior notices worth €680K
  • 53 total prior notices worth €54M

The market data indicates 2,100 other buyers with similar projects valued at €9.7 billion.

Working Relationship Indicators

The procurement follows an open procedure, allowing all qualified providers to submit bids without pre-selection requirements.

Evaluation criteria are not disclosed in the available documentation.

Language requirements specify Norwegian-only submissions.

The contract structure includes automatic renewal provisions, providing long-term relationship stability while maintaining flexibility through notice periods.

Scope and Requirements Analysis

Service Categories

The contract covers a chemical handling system consisting of:

Substance Registry (Stoffkartotek): System for registering and managing chemical substances used throughout Drammen municipality

Exposure Register (Eksponeringsregister): System for tracking and documenting employee exposure to chemical substances

Technical Requirements

The system must:

  • Cover the entire Drammen municipality
  • Facilitate compliance with Norwegian work execution regulations (“Forskrift om utførelse av arbeid”)
  • Facilitate compliance with Norwegian product control law (“Lov om kontroll med produkter og forbrukertjenester (produktkontrolloven)”)

Specific technical requirements are contained in Appendix 1 (Bilag 1 – Kundens kravspesifikasjon) and other appendices in the full tender documentation.

Regulatory Context

Drammen kommune is subject to:

  • Forskrift om utførelse av arbeid (Work Execution Regulations)
  • Lov om kontroll med produkter og forbrukertjenester (produktkontrolloven) (Product Control Law)

The IT service must enable the municipality’s compliance with these requirements.

Geographic Coverage

Services cover Norway. The main site or place of performance is specified as “NO” in the documentation.

Market Opportunity Assessment

Target Businesses

This procurement targets:

Chemical Management Software Vendors: Companies offering specialized chemical handling, substance registry, and exposure tracking systems

Norwegian IT Service Providers: Firms with experience delivering IT solutions to Norwegian municipalities

Regulatory Compliance Software Specialists: Vendors whose systems facilitate compliance with Norwegian work safety and product control regulations

Implementation Partners: Companies capable of implementing and supporting chemical management systems across municipal organizations

Norwegian Language Capability: All services and communications must be conducted in Norwegian

Municipal IT Experience: Understanding of Norwegian municipal IT environments and requirements

Competition Analysis

The procurement history reveals:

ATEA dominates with €97M across 10 contracts, averaging €11M per contract, indicating strong positioning in municipal IT services.

INSTRUMENTTEAM secured €7.6M across 2 contracts, averaging €3.8M per contract, demonstrating capability in specialized systems.

Multiple vendors (SOPRA, TIETOEVRY, PWC, A 2 NORGE) each won 2-3 contracts worth €3.6M, suggesting competitive mid-tier market.

ECIT SOLUTIONS ONE (€2.3M, 3 contracts) and VINGMED (€1.3M, 3 contracts) represent smaller but consistent contractors.

Market context:

  • 47 similar contract awards worth €126M from this buyer
  • 46 renewal opportunities worth €116M
  • 2,100 buyers with similar software and IT projects worth €9.7B

Norwegian contractors dominate (€126M across 44 contracts), with minimal international participation (Ireland: €190K across 2 contracts).

Barriers to Entry

Norwegian Regulatory Knowledge: Understanding of Norwegian work execution regulations and product control law requirements

Language Requirements: Norwegian-only submissions and service delivery

Chemical Management Expertise: Specialized knowledge of substance registry and exposure tracking systems for workplace safety

Municipal IT Experience: Understanding of Norwegian municipal IT environments and procurement processes

Implementation Capability: Ability to deploy and support systems across municipal organizations

Long-Term Commitment: Contract structure with automatic renewals requires sustained support capability

Market Concentration: ATEA’s dominance (€97M) suggests strong incumbent advantages in Norwegian municipal IT services

Strategic Insights

Key Success Factors

Note: This tender closed October 27, 2025. The following analysis applies to similar future opportunities.

Successful bids would demonstrate:

  1. Previous chemical management or workplace safety software implementations
  2. Experience with Norwegian regulatory compliance systems
  3. Municipal or public sector IT service delivery in Norway
  4. Norwegian-language system interface and support capability
  5. Understanding of Norwegian work execution regulations and product control law
  6. Implementation methodology appropriate for municipal organizations
  7. Support services meeting Norwegian public sector standards
  8. References from Norwegian municipalities or public sector clients
  9. Financial capacity to support long-term contract with renewal provisions
  10. Integration capability with existing municipal IT systems

The undisclosed evaluation criteria mean specific assessment weightings are not available in public documentation.

Risk Assessment

Potential challenges include:

Regulatory Complexity: Norwegian work execution and product control regulations require precise system functionality. Compliance failures create legal liability for the municipality.

Municipal Scale: Implementing across entire Drammen municipality requires coordination with multiple departments, facilities, and user groups.

User Adoption: Chemical management systems depend on consistent user data entry. Poor adoption undermines regulatory compliance objectives.

Long-Term Support: Automatic renewal provisions create expectation of sustained service quality and vendor stability over many years.

Integration Requirements: Chemical management systems often must integrate with HR systems, facility management, and safety reporting systems.

Language Specificity: Norwegian-only requirement limits vendor pool but ensures user accessibility for municipal employees.

Estimated Value Disclaimer: The documentation states annual estimates create no obligation for buyer or rights for supplier. Actual spending may vary.

Regulatory Considerations

All services must support compliance with:

  • Forskrift om utførelse av arbeid (Norwegian Work Execution Regulations)
  • Lov om kontroll med produkter og forbrukertjenester (produktkontrolloven) (Norwegian Product Control Law)

Specific regulatory requirements are detailed in the full tender documentation.

Actionable Recommendations

For Potential Bidders

Note: This tender closed October 27, 2025. The following recommendations apply to similar future opportunities.

Firms interested in future Norwegian municipal chemical management system tenders should:

  1. Monitor Doffin platform for similar Norwegian municipal IT opportunities
  2. Develop references demonstrating Norwegian regulatory compliance system implementations
  3. Build Norwegian-language product interfaces and support capabilities
  4. Understand Norwegian work execution and product control regulations
  5. Establish relationships with Norwegian municipalities
  6. Prepare methodology addressing municipal-scale implementations
  7. Document long-term support capability for contracts with renewal provisions
  8. Compile references from Norwegian public sector clients
  9. Assess integration requirements with common Norwegian municipal IT systems
  10. Consider partnerships with established Norwegian municipal IT vendors if entering market

For Industry Observers

This tender reveals several significant trends:

Specialized Compliance Systems: Norwegian municipalities procure dedicated systems for regulatory compliance rather than general-purpose software.

Automatic Renewal Structure: The 3-year initial term with automatic 1-year renewals provides vendor stability while maintaining buyer flexibility through notice provisions.

Asymmetric Termination Rights: Buyer can terminate with 3 months notice while supplier requires 12 months, reflecting public sector procurement power.

Language Requirements: Norwegian-only requirement protects domestic vendors and ensures municipal employee accessibility.

Estimated Value Uncertainty: Explicit disclaimers about estimated values reflect actual spending uncertainty in municipal chemical usage patterns.

Market Concentration: ATEA’s dominance (€97M) in Drammen kommune IT procurement suggests high barriers to entry for new vendors.

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

Related Opportunities

The tender documentation references only the original contract notice published October 1, 2025.

The buyer’s procurement profile shows:

  • 46 similar renewal opportunities worth €116M
  • 4 total open tenders worth €1.4M
  • 20 similar prior notices worth €680K

This suggests regular procurement cycles for IT services and software systems. Firms should monitor DRAMMEN KOMMUNE notices for future opportunities.

Similar opportunities exist with 2,100 other buyers conducting software and IT service projects worth €9.7 billion across Europe.

Chemical management software vendors should monitor:

  • Doffin platform for Norwegian municipal opportunities
  • DRAMMEN KOMMUNE procurement notices for future IT services
  • Other Norwegian municipalities for comparable chemical management or regulatory compliance systems
  • Nordic public procurement platforms for regional expansion opportunities

Want to see the full documentation and other relevant public tenders, sign-up for free on Hermix, here: https://hermix.com/sign-up/

No credit card required, not questions asked. 

PS: This analysis is based on publicly available tender documentation and data provided by the contracting authority. While we strive to provide accurate information, users are responsible for verifying all details against official tender documents before making any procurement decisions.

Anskaffelse av kjemikaliehåndteringssystem

Italian Municipality Issues €5.85M Waste Management Contract for Como Province

STAZIONE APPALTANTE PROVINCIA DI COMO has issued an open tender for waste collection, transportation, disposal, street cleaning, and collection center management services for the municipality of Lurate Caccivio worth €5.85 million over 60 months. This combined price and quality evaluation requires Italian-language submissions, with bids due October 30, 2025.

Executive Summary

STAZIONE APPALTANTE PROVINCIA DI COMO seeks waste management service providers for the municipality of Lurate Caccivio. The single-lot contract totals €5,854,327.04 over 60 months (5 years). Bids close October 30, 2025, with tender opening the same day. This open procedure procurement requires Italian-language submissions and uses combined price and quality evaluation criteria. Services include collection, transportation and disposal of solid urban waste, municipal street cleaning, and collection center management. All services will be performed in Como. Waste management companies with experience in Italian municipal waste services, integrated waste collection systems, and recycling center operations should prioritize this opportunity. The buyer’s procurement history (90 contracts worth €508 million) demonstrates sustained demand for environmental services in the Como province.

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

Tender Overview

Basic Information

Document ID: 00641174-2025 Publication Date: October 1, 2025 Deadline: October 30, 2025 Tender Opening Date: October 30, 2025 Status: Open Source: TED

Financial Summary

Total Estimated Value: €5,854,327.04 Contract Duration: 60 months EU Funding: No

The procurement consists of a single lot covering all waste management services.

Service Scope

The contract encompasses:

  • Collection of solid urban waste
  • Transportation of waste
  • Disposal of solid urban waste
  • Municipal street cleaning
  • Collection center management

All services run for five years in the municipality of Lurate Caccivio within Como province.

Buyer Profile Analysis

Organization Overview

Official Name: STAZIONE APPALTANTE PROVINCIA DI COMO Contact Email: protocollo.elettronico@pec.provincia.como.it Phone: +39 031230111 External URL: https://www.provincia.como.it/

Buyer Type: Body governed by public law Main Activity: General public services Country: Italy Project Location: Como

Organizational Background

STAZIONE APPALTANTE PROVINCIA DI COMO operates as a body governed by public law with the main activity of general public services.

Procurement History

The buyer’s procurement data shows:

Previous Contract Winners (Top 10):

  • HAIKI RECYCLING: €78K across 3 contracts, average €26K per contract
  • INTESA SOCIALE SOCIETA A A COOPERATIVA SOCIALE: €14M across 2 contracts, average €7.1M per contract
  • APRICA: €6.5M across 2 contracts, average €3.3M per contract
  • ECONORD: €5.5M across 2 contracts, average €2.8M per contract
  • ACINQUE AMBIENTE: €2.9M across 2 contracts, average €1.4M per contract
  • ZEROC: €114K across 2 contracts, average €57K per contract
  • LA NUOVA TERRA: €27K across 2 contracts, average €13K per contract
  • CARIS SERVIZI: €26K across 2 contracts, average €26K per contract
  • SYMPLOKE SCS ONLUS: €10M across 1 contract
  • COOPERATIVA SOCIALE LAVORO E SOLIDARIETA: €10M across 1 contract

All previous contractors are from Italy: €74M across 24 contracts, average €3.2M per contract.

Total procurement activity:

  • 90 contract awards worth €508M total
  • 30 similar contract awards worth €74M
  • 16 similar renewals worth €197M
  • 59 total renewals worth €339M
  • 3 total open tenders worth €2.4M

The market data indicates 3,000 other buyers with similar projects valued at €36 billion.

Working Relationship Indicators

The procurement follows an open procedure, allowing all qualified providers to submit bids without pre-selection requirements.

Evaluation criteria combine price and quality. Specific weightings are not disclosed in the available documentation.

Language requirements specify Italian-only submissions.

The 60-month contract duration provides stability for long-term waste management operations.

Scope and Requirements Analysis

Service Categories

The contract covers five integrated waste management services:

Waste Collection: Collection services for solid urban waste from the municipality of Lurate Caccivio

Waste Transportation: Transportation of collected waste to disposal facilities

Waste Disposal: Disposal services for solid urban waste

Street Cleaning: Cleaning services for municipal streets in Lurate Caccivio

Collection Center Management: Management and operation of the waste collection center

Technical Requirements

The tender documentation does not provide detailed technical specifications in the available summary. Specific requirements for collection frequency, equipment standards, recycling targets, and operational procedures are contained in the full tender documentation.

Geographic Coverage

All services take place in the municipality of Lurate Caccivio within Como province. The specific service areas, collection routes, and facility locations are detailed in the full tender documentation.

Market Opportunity Assessment

Target Businesses

This procurement targets:

Municipal Waste Management Companies: Firms with experience providing integrated waste services to Italian municipalities

Environmental Services Providers: Companies offering collection, transportation, disposal, and recycling services

Italian Market Operators: Waste management firms with operations in Lombardy region and Como province

Street Cleaning Specialists: Companies with municipal cleaning equipment and expertise

Collection Center Operators: Firms experienced in managing waste collection and recycling facilities

Italian Language Capability: All services and communications must be conducted in Italian

Long-Term Service Providers: Companies capable of sustaining 60-month municipal contracts

Competition Analysis

The procurement history reveals:

INTESA SOCIALE SOCIETA A A COOPERATIVA SOCIALE leads in total contract value with €14M across 2 contracts, averaging €7.1M per contract.

SYMPLOKE SCS ONLUS and COOPERATIVA SOCIALE LAVORO E SOLIDARIETA each secured €10M contracts, indicating the market accepts large single awards.

APRICA (€6.5M, 2 contracts) and ECONORD (€5.5M, 2 contracts) represent mid-tier competitors with sustained relationships.

ACINQUE AMBIENTE secured €2.9M across 2 contracts, demonstrating regional waste management capability.

Multiple smaller contractors (HAIKI RECYCLING, ZEROC, LA NUOVA TERRA, CARIS SERVIZI) won contracts under €150K, suggesting opportunities for specialized or supplementary services.

Market context:

  • 30 similar contract awards worth €74M from this buyer
  • 16 renewal opportunities worth €197M
  • 3,000 buyers with similar waste management projects worth €36B

All historical contractors are Italian organizations, with no international participation evident in the data.

Barriers to Entry

Italian Waste Management Licenses: Operators must hold required Italian environmental and waste management authorizations

Language Requirements: Italian-only submissions and service delivery

Municipal Service Experience: Understanding of Italian municipal waste management requirements and standards

Equipment and Infrastructure: Collection vehicles, disposal arrangements, recycling facilities, and operational infrastructure

Long-Term Commitment: 60-month contract requires sustained operational capacity and financial stability

Local Knowledge: Understanding of Lurate Caccivio municipality, local regulations, and community expectations

Combined Evaluation: Firms must compete on both price and quality, requiring strong operational proposals alongside competitive pricing

Strategic Insights

Key Success Factors

Note: This tender closes October 30, 2025.

Successful bids would demonstrate:

  1. Previous municipal waste management contracts in Italian municipalities
  2. Integrated service capability across collection, transportation, disposal, and street cleaning
  3. Collection center management experience
  4. Equipment fleet appropriate for municipal waste collection
  5. Environmental compliance and sustainability credentials
  6. Italian-language operational and administrative capability
  7. Understanding of Italian waste management regulations and municipal service standards
  8. Quality assurance systems for environmental services
  9. Financial capacity to manage 60-month, €5.85M contract
  10. References from comparable Italian municipal clients

The combined price and quality evaluation means successful bids balance competitive pricing with strong operational methodology, equipment quality, environmental performance, and service reliability.

Risk Assessment

Potential challenges include:

Service Integration: Managing multiple service types (collection, disposal, street cleaning, center management) requires coordination across diverse operational areas.

Long Contract Duration: 60-month commitment requires stable operations, equipment maintenance, and sustained service quality over five years.

Municipal Service Standards: Public sector waste management faces scrutiny from residents, municipal officials, and environmental regulators. Service failures generate complaints and reputational damage.

Equipment Investment: Municipal waste collection requires significant vehicle fleet investment. 60-month contract must justify capital expenditure.

Disposal Arrangements: Waste disposal depends on facility availability and pricing. Long-term disposal contracts or relationships are necessary.

Environmental Compliance: Italian waste management regulations require strict compliance with environmental standards, reporting requirements, and recycling targets.

Weather and Seasonal Variation: Waste volumes and collection challenges vary seasonally. Street cleaning faces weather-related complications.

Regulatory Considerations

All services must comply with Italian waste management regulations and municipal service standards. Specific regulatory requirements are detailed in the full tender documentation.

Actionable Recommendations

For Potential Bidders

Note: This tender closes October 30, 2025.

Firms interested in this waste management tender should:

  1. Review full tender documentation immediately given October 30 deadline
  2. Assess capability across all five service areas (collection, transportation, disposal, street cleaning, center management)
  3. Prepare proposals addressing both price and quality evaluation criteria
  4. Compile references from Italian municipal waste management contracts
  5. Demonstrate equipment fleet and operational infrastructure
  6. Present environmental compliance and sustainability credentials
  7. Calculate pricing based on 60-month service delivery
  8. Address collection center management methodology and experience
  9. Prepare all documentation in Italian
  10. Consider consortium approaches if gaps exist in service capabilities

For Industry Observers

This tender reveals several significant trends:

Integrated Service Procurement: The single-lot structure covering collection, disposal, street cleaning, and center management reflects preference for integrated waste management service providers.

Long Contract Periods: The 60-month duration provides operational stability and justifies equipment investment for contractors.

Combined Evaluation: Price and quality criteria balance cost control with service quality and environmental performance.

Domestic Market: All previous contractors are Italian, suggesting strong preference or requirement for domestic waste management expertise.

Social Cooperatives: Multiple previous winners are social cooperatives (INTESA SOCIALE, SYMPLOKE SCS ONLUS, COOPERATIVA SOCIALE LAVORO E SOLIDARIETA), indicating Italian public procurement’s emphasis on social value and employment inclusion.

Market Concentration: Large contracts (€10M-€14M) coexist with smaller specialized contracts (under €150K), suggesting diverse procurement approaches across different service types or municipalities.

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

Related Opportunities

The tender documentation references only the original contract notice published October 1, 2025.

The buyer’s procurement profile shows:

  • 16 similar renewal opportunities worth €197M
  • 3 total open tenders worth €2.4M

This suggests regular procurement cycles for waste management and environmental services. Firms should monitor STAZIONE APPALTANTE PROVINCIA DI COMO notices for future opportunities.

Similar opportunities exist with 3,000 other buyers conducting waste management projects worth €36 billion across Europe.

Waste management companies should monitor:

  • STAZIONE APPALTANTE PROVINCIA DI COMO procurement platform for future Italian opportunities
  • TED database for Italian municipal waste management tenders
  • Other Como province municipalities for comparable opportunities
  • Lombardy region procurement platforms for regional waste management contracts

Want to see the full documentation and other relevant public tenders, sign-up for free on Hermix, here: https://hermix.com/sign-up/

No credit card required, not questions asked. 

PS: This analysis is based on publicly available tender documentation and data provided by the contracting authority. While we strive to provide accurate information, users are responsible for verifying all details against official tender documents before making any procurement decisions.

SAP COMO - COMUNE DI LURATE CACCIVIO. PROCEDURA DI GARA APERTA PER LAFFIDAMENTO DEI SERVIZI DI RACCOLTA, TRASPORTO E SMALTIMENTO DI RIFIUTI SOLIDI URBANI, PULIZIA STRADE COMUNALI E GESTIONE DEL CENTRO DI RACCOLTA, PER CINQUE ANNI.



Italian Public Procurement Agency Issues €2.85M Legal Advisory Services Contract

CONSIP, Italy’s central public procurement authority, has issued an open tender for out-of-court legal advisory services worth €2.85 million across eight specialized legal practice areas. This quality-based procurement requires Italian-language submissions, with bids due November 18, 2025.

Executive Summary

CONSIP seeks legal advisory providers for out-of-court legal services across eight distinct lots covering administrative law, labor law, corporate governance, European law, technology law, IT law, compliance, and tax law. The contract totals €2,850,000.00 with duration unspecified. Bids close November 18, 2025, with tender opening November 20, 2025. This open procedure procurement requires Italian-language submissions and uses quality-only evaluation criteria. The largest single lot covers administrative law and public contracting at €700,000, while seven lots are valued at €250,000-€400,000 each. All services will be performed in Rome. Law firms and legal consultancies with expertise in Italian public law, corporate governance, technology law, and regulatory compliance should prioritize this opportunity. CONSIP’s extensive procurement history (708 contracts worth €21 billion) demonstrates consistent demand for professional legal services supporting Italy’s public procurement operations.

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

Tender Overview

Basic Information

Document ID: 00677757-2025 Reference Number: ID 2929 Publication Date: October 15, 2025 Deadline: November 18, 2025 Tender Opening Date: November 20, 2025 Status: Open Source: TED

Financial Summary

Total Estimated Value: €2,850,000.00 Contract Duration: Unknown EU Funding: No

The procurement consists of 8 lots covering distinct legal specializations.

Budget Breakdown

Lot 1 – Administrative Law and Public Contracting: €700,000.00 

Lot 2 – Labor Law and Union Relations: €250,000.00 

Lot 3 – Corporate Law and Public Company Governance: €250,000.00 

Lot 4 – European Law and EU Structural and Investment Funds: €250,000.00 

Lot 5 – New Technologies, Cybersecurity and Artificial Intelligence: €350,000.00 

Lot 6 – IT Law, Digitalization and ICT Contracting: €400,000.00 

Lot 7 – Compliance: €400,000.00 

Lot 8 – Tax and Fiscal Law: €250,000.00

All services take place in Rome. All lots use quality-only evaluation criteria.

Buyer Profile Analysis

Organization Overview

Official Name: CONSIP Contact Email: utg@consip.it Phone: 06854491

Buyer Type: Body governed by public law Main Activity: General public services Country: Italy Project Location: Roma

Organizational Background

CONSIP operates as a body governed by public law with the main activity of general public services.

Procurement History

The buyer’s procurement data shows extensive contracting activity:

Previous Contract Winners (Top 10):

  • BUSINESS INTEGRATION PARTNERS: €55M across 4 contracts, average €14M per contract
  • EUROPOLICE: €14M across 4 contracts, average €14M per contract
  • KPMG: €111M across 3 contracts, average €37M per contract
  • PWC: €52M across 3 contracts, average €17M per contract
  • POMILIO BLUMM: €24M across 3 contracts, average €8M per contract
  • ACCENTURE: €210M across 2 contracts, average €105M per contract
  • CIVIS: €20M across 2 contracts, average €9.9M per contract
  • CENTRO STATISTICA AZIENDALE CSA: €1.3M across 2 contracts, average €657K per contract
  • RTI NETHEX CARE GPI ACAPO SOCIETA COOPERATIVA SOCIALE INTEGRATA: €53M across 1 contract
  • RANGERS: €51M across 1 contract

All previous contractors are from Italy: €693M across 42 contracts, average €18M per contract.

Total procurement activity:

  • 708 contract awards worth €21B total
  • 42 similar contract awards worth €693M
  • 12 similar renewals worth €162M
  • 107 total renewals worth €46B
  • 1 similar open tender worth €105M
  • 12 total open tenders worth €8.0B
  • 128 prior notices worth €107B

The market data indicates 1,700 other buyers with similar projects valued at €13 billion.

Working Relationship Indicators

The procurement follows an open procedure, allowing all qualified providers to submit bids without pre-selection requirements.

Evaluation criteria focus exclusively on quality across all eight lots. No price weighting is specified in the documentation.

Language requirements specify Italian-only submissions.

Contract duration is not specified in the available documentation.

Scope and Requirements Analysis

Service Categories

The procurement covers eight specialized legal practice areas:

Administrative Law and Public Contracting (Lot 1): Legal advisory services for administrative law matters and public contracting issues

Labor Law and Union Relations (Lot 2): Legal advisory services for employment law and union relations matters

Corporate Law and Public Company Governance (Lot 3): Legal advisory services for corporate law and governance of public companies

European Law and EU Structural and Investment Funds (Lot 4): Legal advisory services for European law matters and EU structural and investment funds

New Technologies, Cybersecurity and Artificial Intelligence (Lot 5): Legal advisory services for new technologies, cybersecurity, and artificial intelligence matters

IT Law, Digitalization and ICT Contracting (Lot 6): Legal advisory services for IT law, digitalization, and ICT contracting matters

Compliance (Lot 7): Legal advisory services for compliance matters

Tax and Fiscal Law (Lot 8): Legal advisory services for tax and fiscal law matters

Technical Requirements

The tender specifies out-of-court legal advisory services supporting CONSIP activities under Article 71 of Legislative Decree 36/2023. Specific technical requirements, qualification criteria, and service specifications are contained in the full tender documentation.

Geographic Coverage

All services take place in Rome. The specific office locations, meeting requirements, and service delivery arrangements are detailed in the full tender documentation.

Market Opportunity Assessment

Target Businesses

This procurement targets:

Italian Law Firms: Legal practices with expertise in Italian public law, administrative law, and regulatory compliance

Public Law Specialists: Firms experienced in advising public sector entities and state-owned companies

Corporate Governance Advisors: Legal experts in public company governance and corporate law matters

Technology Law Specialists: Firms with expertise in cybersecurity, artificial intelligence, data protection, and technology regulation

EU Law Experts: Practices experienced with European Union law and EU structural and investment funds

Labor Law Specialists: Firms focused on Italian employment law and union relations

Tax and Compliance Advisors: Legal practices specializing in Italian tax law and regulatory compliance

Italian Language Capability: All services must be delivered in Italian

Competition Analysis

The procurement history reveals:

ACCENTURE leads in total contract value with €210M across 2 contracts, averaging €105M per contract, indicating success in major advisory contracts.

KPMG follows with €111M across 3 contracts, averaging €37M per contract, demonstrating consistent performance in professional services.

BUSINESS INTEGRATION PARTNERS and EUROPOLICE each won 4 contracts, suggesting sustained relationships with CONSIP.

PWC secured €52M across 3 contracts, averaging €17M per contract, representing strong positioning in advisory services.

Market context:

  • 42 similar contract awards worth €693M from CONSIP
  • 12 renewal opportunities worth €162M
  • 1,700 buyers with similar legal advisory projects worth €13B

All historical contractors are Italian organizations, with no international participation evident in the data.

Barriers to Entry

Italian Legal Qualifications: Legal practitioners must meet Italian bar requirements and professional standards

Language Requirements: Italian-only submissions and service delivery

Public Sector Experience: Understanding of Italian public procurement law, administrative procedures, and state-owned company governance

Quality-Based Evaluation: With no price criteria, firms compete solely on qualifications, methodology, team expertise, and track record

Rome Location: Service delivery in Rome requires local presence or regular travel capability

Specialized Expertise: Multiple lots require deep specialization in distinct legal practice areas

Market Concentration: The concentration of awards among major professional services firms suggests high barriers to entry for smaller practices

Strategic Insights

Key Success Factors

Note: This tender closes November 18, 2025. The following analysis applies to this opportunity and similar future procurements.

Successful bids would demonstrate:

  1. Previous advisory services to Italian public sector entities
  2. Expertise in Italian administrative law and public procurement regulations
  3. Experience with state-owned companies and public governance matters
  4. Team qualifications including senior practitioners with relevant specializations
  5. Italian-language service delivery capability
  6. Understanding of CONSIP’s role in Italian public procurement
  7. Methodology appropriate for out-of-court advisory services
  8. Track record in quality-focused procurement evaluations
  9. References from comparable public sector clients
  10. Capacity to serve multiple specialized practice areas if bidding on multiple lots

The quality-only evaluation criteria means differentiation occurs through team expertise, methodology, relevant experience, and client references rather than pricing strategies.

Risk Assessment

Potential challenges include:

Quality-Only Evaluation: Without price considerations, firms must compete entirely on qualifications and methodology. Lower-cost providers cannot compete on price advantage.

Undefined Duration: The contract duration is not specified in available documentation. This creates uncertainty around resource planning and revenue forecasting.

Multiple Specializations: Bidding on multiple lots requires expertise across diverse legal practice areas. Firms must assess capability realistically across specializations.

Incumbent Advantage: Firms with existing CONSIP relationships may have better understanding of client needs, evaluation preferences, and working methods.

Italian Market Specificity: The procurement requires deep knowledge of Italian legal frameworks, administrative procedures, and public sector governance structures.

Service Location: All services in Rome require physical presence or frequent travel for client meetings and advisory services.

Quality Assessment Subjectivity: Quality-based evaluation involves subjective assessment of methodology, approach, and team qualifications.

Regulatory Considerations

All services must comply with Italian legal professional standards and Legislative Decree 36/2023 Article 71. Specific regulatory requirements are detailed in the full tender documentation.

Actionable Recommendations

For Potential Bidders

Note: This tender closes November 18, 2025.

Firms interested in this CONSIP legal advisory tender should:

  1. Review full tender documentation immediately given November 18 deadline
  2. Assess capability realistically across lot specializations
  3. Prepare quality-focused proposals emphasizing team expertise and methodology
  4. Compile references from Italian public sector clients
  5. Demonstrate understanding of CONSIP’s procurement operations and challenges
  6. Present team qualifications including senior practitioners with relevant specializations
  7. Develop methodology appropriate for out-of-court advisory services
  8. Address all quality evaluation criteria comprehensively
  9. Consider consortium approaches for multiple lots requiring diverse expertise
  10. Prepare all documentation in Italian

For Industry Observers

This tender reveals several significant trends:

Quality-Only Procurement: The exclusive focus on quality evaluation reflects emphasis on expertise and capability over cost minimization for specialized legal services.

Specialized Practice Areas: The eight distinct lots demonstrate CONSIP’s diverse legal advisory needs across technology, compliance, governance, and traditional legal practice areas.

Technology Law Emphasis: Dedicated lots for cybersecurity, artificial intelligence, IT law, and digitalization reflect growing importance of technology-related legal issues in public procurement.

Domestic Market: All previous contractors are Italian, suggesting strong preference or requirement for domestic legal expertise.

Major Firm Dominance: Professional services giants (ACCENTURE, KPMG, PWC) dominate awards, indicating high barriers to entry for smaller practices.

Sustained Relationships: Firms winning multiple contracts suggest long-term advisory relationships rather than one-off engagements.

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

Related Opportunities

The tender documentation references only the original contract notice published October 15, 2025.

The buyer’s procurement profile shows:

  • 12 similar renewal opportunities worth €162M
  • 1 similar open tender worth €105M
  • 12 total open tenders worth €8.0B

This suggests regular procurement cycles for legal and professional advisory services. Firms should monitor CONSIP notices for future opportunities.

Similar opportunities exist with 1,700 other buyers conducting legal advisory projects worth €13 billion across Europe.

Legal advisory firms should monitor:

  • CONSIP procurement platform for future Italian opportunities
  • TED database for Italian public sector legal services tenders
  • Other Italian public bodies and state-owned companies for comparable opportunities
  • European public procurement platforms for cross-border legal advisory contracts

Want to see the full documentation and other relevant public tenders, sign-up for free on Hermix, here: https://hermix.com/sign-up/

No credit card required, not questions asked. 

PS: This analysis is based on publicly available tender documentation and data provided by the contracting authority. While we strive to provide accurate information, users are responsible for verifying all details against official tender documents before making any procurement decisions.

Servizi di assistenza legale in ambito stragiudiziale a supporto delle attività di Consip S.p.A. -ID 2929




NHS Bristol Awards £24.5M Network Infrastructure Contract Through CCS Framework

University Hospitals Bristol and Weston NHS Foundation Trust has issued a restricted competition for enterprise network replacement services worth £24.5 million. This procurement runs exclusively through the Crown Commercial Service Network Services 3 Framework, limiting participation to pre-qualified suppliers on Lot 2a.

Executive Summary

The Bristol & Weston NHS Purchasing Consortium (BWPC), acting on behalf of University Hospitals Bristol and Weston NHS Foundation Trust (UHBW), seeks a managed service provider for complete enterprise network infrastructure replacement. The contract spans 7 years with an option to extend for 3 additional years, valued at £24.5 million (€27.6 million). Bids closed September 1, 2025, with contract commencement planned for April 1, 2026. This procurement operates as a further competition under the Crown Commercial Service (CCS) Network Services 3 Framework Lot 2a for Local Connectivity Services. Only suppliers already appointed to this specific framework lot are eligible to participate. The network replacement program serves as a foundational element of UHBW’s Five-Year Digital Strategy, supporting the Trust’s vision for integrated, intelligent healthcare systems across all sites.

Tender Overview

Basic Information

Document ID: ukfts_051083-2025 Reference Number: BWPCIT001745 Publication Date: August 25, 2025 Deadline: September 1, 2025 (Note: The document text mentions September 24 at 12:00 pm, but the formal deadline field shows September 1, 2025) Tender Opening Date: September 1, 2025 Status: Closed Source: UK Find a Tender Service

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

Financial Summary

Total Estimated Value: £24,500,000 (€27,623,375.01) Contract Duration: 7 years with option to extend for 3 additional years EU Funding: No

The procurement consists of a single lot covering the complete enterprise network replacement program.

Budget Breakdown

The tender documentation does not provide detailed cost breakdowns by work category. The service encompasses design, deployment, and lifecycle support for a resilient, secure, and scalable network infrastructure across all UHBW sites.

Buyer Profile Analysis

Organization Overview

Official Name: University Hospitals Bristol and Weston NHS Foundation Trust Procurement Body: Bristol & Weston NHS Purchasing Consortium (BWPC) Contact Email: procurementtransformation@nbt.nhs.uk Procurement Email: Procurement@nbt.nhs.uk Procurement Platform: SAP Ariba Platform URL: https://service.ariba.com/supplier.aw/109549047/aw?awh=r&awssk=uy.bqbwd&dard=1

Buyer Type: Body governed by public law Main Activity: Health Country: United Kingdom Location: Trust Headquarters, Marlborough Street, Bristol BS1 3NU

Organizational Background

University Hospitals Bristol and Weston NHS Foundation Trust operates as a major acute hospital trust in the UK, serving Bristol, Weston-super-Mare, and surrounding areas.

The Bristol & Weston NHS Purchasing Consortium (BWPC) functions as a collaborative procurement organization serving NHS Trusts across the region. BWPC handles strategic sourcing and procurement activities, ensuring value for money and compliance with public sector regulations. The consortium uses the SAP Ariba e-procurement platform for all tendering processes, requiring supplier registration for platform access.

UHBW participates in the Bristol NHS Group, a collaborative initiative between local NHS organizations to deliver coordinated care across the region. The network replacement program aligns with the Group’s long-term strategic goals for integrated healthcare delivery.

Procurement History

The buyer’s procurement data shows:

Previous Contract Winners:

  • SYSTEM C HEALTHCARE LIMITED: €4.7M across 3 contracts, average €1.6M per contract
  • TOPCON GB MEDICAL: €199K for 1 contract

Total procurement activity:

  • 22 contract awards worth €15M total
  • 4 similar contract awards worth €4.9M
  • 1 renewal opportunity worth €846K
  • No current open tenders listed

The market data indicates 3,900 other buyers with similar projects valued at €580 billion, demonstrating substantial activity in healthcare IT infrastructure across the UK public sector.

Working Relationship Indicators

BWPC manages all procurement communications through the SAP Ariba platform. The consortium issues invitations to participate using email addresses registered by suppliers on the CCS Network Services 3 Framework Lot 2a.

The tender documentation emphasizes that suppliers not listed on the CCS Network Services 3 Framework Lot 2a should not submit enquiries or attempt to participate. This strict framework compliance requirement indicates a formal, rule-based procurement approach.

The procurement follows a restricted procedure under the Public Contracts Regulations 2015, specifically using a Prior Information Notice as a call for competition under Regulation 48(5). No separate contract notice will be published beyond the initial notice.

Evaluation criteria are not disclosed in the available documentation, though the managed service scope suggests quality, technical capability, and lifecycle cost management will feature prominently in assessment.

Scope and Requirements Analysis

Service Categories

The Trust seeks a managed service covering:

Network Infrastructure Replacement: Complete replacement of existing enterprise network infrastructure across all UHBW sites

Design Services: Architecture and design of resilient, secure, and scalable network infrastructure

Deployment Services: Implementation and commissioning of new network infrastructure

Lifecycle Support: Ongoing maintenance and management throughout the contract term

The service must support UHBW’s Five-Year Digital Strategy, which outlines a vision for integrated, intelligent systems that empower clinicians and improve patient outcomes. The full strategy document is available at: https://www.uhbw.nhs.uk/assets/1/uhbw_five_year_digital_strategy_published.pdf

Technical Requirements

The tender documentation specifies requirements for:

Resilience: Infrastructure must provide high availability and failover capabilities to support critical healthcare operations

Security: Network design must meet NHS security standards and protect patient data

Scalability: Infrastructure must accommodate future growth and technology evolution

Performance: Network must deliver high-performance connectivity across all Trust sites

The specific technical standards, performance metrics, and security requirements are contained in the full competition documentation available only to eligible framework suppliers through the SAP Ariba platform.

Geographic Coverage

The network infrastructure serves all University Hospitals Bristol and Weston NHS Foundation Trust sites. The exact number of sites and specific locations are detailed in the competition documentation

Market Opportunity Assessment

Target Businesses

This procurement explicitly targets:

CCS Network Services 3 Framework Lot 2a Suppliers: Only firms already appointed to this specific framework lot qualify to participate

SAP Ariba Registration: Suppliers must be registered on BWPC’s SAP Ariba e-procurement platform

NHS Experience: Firms need understanding of NHS digital strategies, clinical workflows, and healthcare-specific network requirements

Managed Service Capability: Providers must offer complete lifecycle management, not just installation

Large-Scale Network Expertise: Experience with multi-site hospital network infrastructure

Security Credentials: Proven capability in healthcare data protection and NHS security standards

The framework restriction significantly narrows the eligible supplier pool. Firms not on CCS Network Services 3 Framework Lot 2a cannot participate regardless of capability.

Competition Analysis

The framework-based approach limits direct competition to suppliers already vetted and appointed to CCS Network Services 3 Framework Lot 2a. The number of eligible suppliers is not disclosed in the tender documentation but can be found on the Crown Commercial Service website: https://www.crowncommercial.gov.uk/agreements/RM6116:2a/lot-suppliers

Market data shows:

  • 3,900 buyers with similar network infrastructure projects worth €580 billion
  • No similar open tenders from this buyer
  • 4 similar historical contract awards from this buyer worth €4.9M
  • SYSTEM C HEALTHCARE LIMITED dominates historical awards with €4.7M across 3 contracts

The substantial contract value (£24.5M) and long duration (7-10 years) make this a significant opportunity within the NHS network services market. The buyer’s lack of current open tenders suggests focused procurement activity rather than continuous tendering.

Barriers to Entry

Framework Eligibility: The absolute requirement for CCS Network Services 3 Framework Lot 2a appointment eliminates all other suppliers

Platform Registration: Suppliers must register and operate through SAP Ariba

NHS Knowledge: Understanding of NHS digital strategies, clinical workflows, and healthcare-specific requirements

Scale: The £24.5M value and multi-site scope require substantial organizational capacity

Security Clearance: Healthcare data protection requirements and NHS security standards compliance

Long-Term Commitment: 7-year base term with potential 3-year extension demands sustained capability

Strategic Insights

Key Success Factors
Successful bids will demonstrate:

  1. Previous NHS network infrastructure projects of comparable scale and complexity
  2. Understanding of UHBW’s Five-Year Digital Strategy and how network infrastructure enables digital healthcare transformation
  3. Experience with multi-site hospital environments and clinical workflow requirements
  4. Managed service capability covering design, deployment, and lifecycle support
  5. Security expertise specific to healthcare data protection and NHS standards
  6. Integration capability with existing healthcare IT systems and future digital initiatives
  7. Resilience planning and high-availability architecture for critical healthcare operations
  8. Scalability approach to accommodate future growth and technology evolution

The tender documentation emphasizes the network’s role as a “foundational enabler” of UHBW’s digital strategy. Bidders should articulate how network infrastructure supports clinical outcomes and operational efficiency, not just technical specifications.

Risk Assessment

Potential challenges include:

Multi-Site Complexity: Deploying across multiple hospital locations while maintaining operational continuity presents coordination and timing challenges. Healthcare environments cannot tolerate extended network outages.

Clinical Operations Continuity: Network replacement must occur without disrupting patient care or clinical systems. Implementation planning requires detailed understanding of hospital operations and clinical workflows.

Security Requirements: NHS networks face constant cybersecurity threats. Infrastructure must meet stringent security standards while enabling clinical flexibility.

Technology Evolution: A 7-10 year contract must accommodate rapid technology changes in healthcare IT, IoT medical devices, and digital health applications.

Integration Requirements: The network must support existing clinical systems while enabling future digital initiatives outlined in UHBW’s strategy.

Bristol NHS Group Coordination: As part of the Bristol NHS Group collaborative initiative, network design decisions affect partner organizations and require coordination beyond UHBW alone.

Framework Constraints: Operating within CCS framework terms and conditions limits flexibility in contract negotiation and commercial arrangements.

Regulatory Considerations

All work must comply with:

  • NHS Digital Technology Assessment Criteria (DTAC)
  • NHS security standards and data protection requirements
  • Healthcare-specific network resilience standards
  • Public Contracts Regulations 2015
  • CCS Network Services 3 Framework terms and conditions
  • NHS data security and protection toolkit requirements

Actionable Recommendations

For Potential Bidders

Note: This tender closed September 1, 2025. The following recommendations apply to similar future opportunities.

Suppliers interested in future NHS network infrastructure tenders should:

  1. Obtain appointment to CCS Network Services 3 Framework Lot 2a before opportunities arise, as framework eligibility is non-negotiable
  2. Register on SAP Ariba platforms used by NHS procurement consortia
  3. Study UHBW’s Five-Year Digital Strategy (available at https://www.uhbw.nhs.uk/assets/1/uhbw_five_year_digital_strategy_published.pdf) to understand how network infrastructure enables broader digital transformation
  4. Build case studies from NHS network infrastructure projects, emphasizing clinical outcomes and operational improvements
  5. Develop relationships with Bristol NHS Group organizations to understand regional coordination requirements
  6. Prepare evidence of managed service capability covering design, deployment, and multi-year lifecycle support
  7. Document security credentials specific to healthcare data protection
  8. Calculate total cost of ownership models suitable for 7-10 year contracts with technology refresh requirements
  9. Monitor the CCS Network Services 3 Framework for renewal cycles and additional lot appointments

For Industry Observers

This tender reveals several significant trends:

Framework Dominance in NHS IT Procurement: The exclusive use of CCS frameworks for major IT contracts continues to consolidate market access. Suppliers without framework appointments cannot access opportunities regardless of capability or pricing.

Managed Service Model Preference: NHS trusts increasingly prefer comprehensive managed services over traditional project-based procurement. This shifts commercial models from capital expenditure to operational expenditure over extended contract terms.

Digital Strategy Integration: Network infrastructure procurement connects explicitly to broader digital transformation strategies. Technical specifications alone are insufficient. Suppliers must articulate how infrastructure enables clinical and operational outcomes.

Collaborative Procurement Growth: BWPC’s role demonstrates continued growth of procurement consortia serving multiple NHS organizations. This trend concentrates buying power and standardizes approach across regions.

Long Contract Terms: The 7-10 year duration reflects NHS desire for stability and lifecycle management partnerships. This favors larger suppliers with balance sheets supporting long-term commitments.

Related Opportunities

The tender documentation references a corrigendum published August 29, 2025 (Document ukfts_052371-2025). Interested parties should review both the original notice and corrigendum for complete requirements.

The buyer’s procurement profile shows 1 renewal opportunity worth €846K, suggesting additional upcoming procurement activity.

Similar opportunities exist with 3,900 other buyers in comparable sectors, with total market value of €580 billion across the UK public sector. The NHS Digital Transformation agenda drives consistent demand for network infrastructure modernization across trusts nationwide.

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

Suppliers should monitor:

  • CCS Network Services 3 Framework for contract renewals and additional lot appointments
  • BWPC procurement notices for related infrastructure opportunities
  • Bristol NHS Group member organizations for coordinated procurement activities
  • NHS Digital Transformation funding announcements driving regional infrastructure programs

Want to see the full documentation and other relevant public tenders, sign-up for free on Hermix, here: https://hermix.com/sign-up/

No credit card required, not questions asked. 

PS: This analysis is based on publicly available tender documentation and data provided by the contracting authority. While we strive to provide accurate information, users are responsible for verifying all details against official tender documents before making any procurement decisions.

Enterprise Network Replacement Programme - Further Competition via CCS Network Services 3 Framework (Lot 2a)