Tender Analysis

Follow us and subscribe to our newsletter to keep in touch

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)

French Education Agency Awards €93M Healthcare and Social Work Training Contract in Mayotte

EPA LAREFORM PRO DE MAYOTTE has issued an open tender for professional training services in the health and social sectors worth €92.98 million over 48 months. This EU-funded procurement covers 12 training programs ranging from advanced practice nursing to social work education across Mayotte.

Executive Summary

EPA LAREFORM PRO DE MAYOTTE, a public education authority, seeks training providers for healthcare and social work professional education programs across 12 distinct lots. The contract spans €92,983,000.00 over 48 months, with EU funding. Bids closed September 26, 2025, with tender opening on September 29, 2025. This open procedure procurement requires French-language submissions and uses combined price and quality evaluation criteria. The largest single lot covers State Nursing Diploma (IDE) training at €5.04 million, while smaller lots address specialized roles including advanced practice nurses, operating room nurses, pediatric nurses, childcare assistants, social service assistants, and various educator positions. Training providers with experience in French healthcare education systems, social work training programs, and operations in French overseas territories should have prioritized this opportunity. The substantial contract value and 48-month duration indicate long-term commitment to developing Mayotte’s healthcare and social work workforce.

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

Tender Overview

Basic Information

Document ID: 00527612-2025 Publication Date: August 12, 2025 Deadline: September 26, 2025 Tender Opening Date: September 29, 2025 Status: Closed Source: TED

Financial Summary

Total Estimated Value: €92,983,000.00 Contract Duration: 48 months EU Funding: Yes

The procurement consists of 12 lots covering distinct professional training programs in healthcare and social work.

Budget Breakdown

Lot 1 – Advanced Practice Nurse (IPA): €190,000.00 Lot 2 – Operating Room Nurse (IBODE): €190,000.00 Lot 3 – Pediatric Nurse (DE puériculture): €754,800.00 Lot 4 – State Nursing Diploma (IDE): €5,040,000.00 Lot 5 – Childcare Assistant (AP): €515,220.00 Lot 6 – Social Service Assistant (ASS): €590,860.00 Lot 7 – Specialized Educator (ES): €485,660.00 Lot 8 – Early Childhood Educator (EJE): €423,300.00 Lot 9 – Monitor Educator (ME): €362,920.00 Lot 10 – Social and Family Intervention Technician (TISF): €307,400.00 Lot 11 – Social Educational Support Worker (AES): €158,760.00 Lot 12 – Social and Family Economics Advisor (CESF): €279,380.00

All training takes place in Mayotte. Lot descriptions categorize programs as either “Formation sanitaire” (healthcare training), “Formation sociale” (social work training), or “Formation professionnelle” (professional training).

Buyer Profile Analysis

Organization Overview

Official Name: EPA LAREFORM PRO DE MAYOTTE Contact Email: lareformpromayotte@cg976.fr Phone: 0269665670 External URL: https://epa-lareform-promayotte.e-marchespublics.com

Buyer Type: Body governed by public law Main Activity: Education Country: France Project Location: Mayotte

Organizational Background

EPA LAREFORM PRO DE MAYOTTE operates as a public education establishment governed by public law with the main activity of education.

Procurement History

The buyer’s procurement data shows:

Previous Contract Winners (Top 10):

  • OIDF: €533K across 7 contracts, average €267K per contract
  • LYCEE AGRICOLE DE MAYOTTE ETABLISSEMENT PUBLIC NATIONAL: €400K across 5 contracts, average €400K per contract
  • ESCGM ECOLE SUPERIEUR DU COMMERCE ET DE GESTION DE MAYOTTE: €400K across 4 contracts, average €400K per contract
  • SMFP: €100K across 4 contracts, average €100K per contract
  • ATOUTS FORMATIONS: €10K across 4 contracts, average €10K per contract
  • TAMA YA MAECHA MSOMO NA HAZI: €400K across 2 contracts, average €400K per contract
  • GRETA CFA DE MAYOTTE: €400K across 2 contracts, average €400K per contract
  • MIFAC: €400K across 2 contracts, average €400K per contract
  • ACE: €133K across 2 contracts, average €133K per contract
  • CREA PEPITES: €400K across 1 contract, average €400K per contract

All previous contractors are from France: €7.5M across 47 contracts, average €299K per contract.

Total procurement activity:

  • 50 contract awards worth €7.5M total
  • 50 similar contract awards worth €7.5M
  • 4 similar renewals worth €158M
  • 4 total renewals worth €158M

The market data indicates 2,900 other buyers with similar projects valued at €16 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, with specific weightings varying by lot:

  • Lots 1, 3, 5, 8, 9, 10: Quality and Price
  • Lots 2, 4, 6, 7, 11, 12: Price only

Language requirements specify French-only submissions.

The 48-month contract duration provides stable, long-term training delivery arrangements.

Scope and Requirements Analysis

Service Categories

The procurement covers three main training categories:

Healthcare Training (Formation sanitaire):

  • Lot 1: Advanced Practice Nurse (IPA)
  • Lot 3: Pediatric Nurse (DE puériculture)
  • Lot 4: State Nursing Diploma (IDE)

Professional Training (Formation professionnelle):

  • Lot 2: Operating Room Nurse (IBODE)
  • Lot 5: Childcare Assistant (AP)
  • Lot 12: Social and Family Economics Advisor (CESF)

Social Work Training (Formation sociale):

  • Lot 6: Social Service Assistant (ASS)
  • Lot 7: Specialized Educator (ES)
  • Lot 8: Early Childhood Educator (EJE)
  • Lot 9: Monitor Educator (ME)
  • Lot 11: Social Educational Support Worker (AES)

Mixed Category:

  • Lot 10: Social and Family Intervention Technician (TISF) – described as “FORMATION PROFESSIONNELLE”

Technical Requirements

The tender documentation does not provide detailed curriculum specifications, student capacity requirements, or specific qualification standards beyond the lot titles and categories. These details are contained in the full tender documentation available through the procurement platform.

Geographic Coverage

All training programs take place in Mayotte. The specific training locations, facilities, and infrastructure requirements are detailed in the full tender documentation.

Market Opportunity Assessment

Target Businesses

This procurement targets:

Healthcare Education Providers: Organizations with experience delivering nursing education programs, including advanced practice nursing, operating room nursing, and pediatric nursing specializations

Social Work Training Organizations: Institutions capable of providing social work education across multiple specializations including social service assistance, specialized education, early childhood education, and family intervention

French Education System Experience: Understanding of French professional qualification frameworks, state diploma requirements, and education regulations

Mayotte Operations: Capability to deliver training programs in Mayotte with appropriate infrastructure and instructor resources

French Language Instruction: All training delivery in French

EU Funding Compliance: Experience managing EU-funded education programs with associated reporting and compliance requirements

Multi-Program Capability: Ability to bid on multiple lots covering related training areas

Competition Analysis

The procurement history reveals:

OIDF leads in contract count (7 contracts) with total value of €533K, indicating success in smaller, frequent awards.

Several contractors (LYCEE AGRICOLE DE MAYOTTE, ESCGM, TAMA YA MAECHA MSOMO NA HAZI, GRETA CFA, MIFAC, CREA PEPITES) won contracts averaging €400K, suggesting competitive positioning in mid-sized training programs.

Market context:

  • 50 contract awards worth €7.5M from this buyer
  • 4 renewal opportunities worth €158M
  • 2,900 buyers with similar education and training projects worth €16B

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

Barriers to Entry

French Education Credentials: Training providers must meet French professional education standards and deliver programs leading to recognized French state diplomas

Mayotte Location: Physical presence or partnership capability in Mayotte for delivering in-person training programs

Language Requirements: French-only submissions and program delivery

Healthcare Education Authorization: Likely requirements for authorization to deliver healthcare professional training programs

Social Work Education Accreditation: Credentials for delivering recognized social work training programs

EU Funding Administration: Capability to manage EU-funded programs with compliance requirements

Market Concentration: The €93M total value with previous awards averaging €299K suggests this represents significant market expansion or consolidation

Strategic Insights

Strategic Insights

Note: This tender closed September 26, 2025. The following analysis applies to similar future opportunities.

Successful bids would demonstrate:

  1. Previous delivery of French healthcare or social work professional training programs
  2. Experience with state diploma programs in nursing, social work, or related fields
  3. Capability to operate training programs in French overseas territories
  4. French-language instructional capacity and materials
  5. Understanding of French professional qualification frameworks
  6. Experience with EU-funded education programs
  7. Infrastructure or partnership arrangements enabling program delivery in Mayotte
  8. Quality assurance systems for professional education
  9. Instructor qualifications meeting French education standards
  10. Student support services appropriate for professional training programs

The variable evaluation criteria (some lots price-only, others combining quality and price) suggest strategic bidding approaches differ by lot. Price-only lots (2, 4, 6, 7, 11, 12) favor cost efficiency, while quality-weighted lots (1, 3, 5, 8, 9, 10) allow differentiation through program quality, instructor credentials, and learning outcomes.

Risk Assessment

Potential challenges include:

Geographic Remoteness: Delivering training programs in Mayotte requires logistics for instructor deployment, materials supply, and student support in a geographically isolated location.

Instructor Recruitment: Attracting qualified healthcare and social work instructors to Mayotte presents recruitment challenges.

Infrastructure Requirements: Establishing or maintaining appropriate training facilities, clinical practice sites, and educational resources in Mayotte.

Student Population: Understanding the specific needs and context of students in Mayotte’s unique demographic and cultural environment.

Regulatory Compliance: Meeting French education regulations while operating in an overseas territory with specific local conditions.

EU Funding Requirements: Compliance with EU funding regulations, reporting requirements, and audit procedures throughout the 48-month contract.

Multi-Lot Coordination: For providers bidding on multiple lots, coordinating delivery of diverse training programs simultaneously.

Regulatory Considerations

All training must comply with French education regulations, state diploma requirements, and EU funding conditions. Specific regulatory requirements are detailed in the full tender documentation.

Actionable Recommendations

For Potential Bidders

Note: This tender closed September 26, 2025. The following recommendations apply to similar future opportunities.

Firms interested in future EPA LAREFORM PRO DE MAYOTTE training tenders should:

  1. Monitor EPA LAREFORM PRO DE MAYOTTE’s procurement platform and TED for similar opportunities
  2. Build reference projects demonstrating French healthcare or social work education capability
  3. Develop partnerships with organizations having Mayotte operational experience
  4. Obtain necessary French education authorizations and accreditations
  5. Prepare documentation of instructor qualifications and curriculum materials in French
  6. Understand EU funding compliance requirements for education programs
  7. Assess infrastructure needs for delivering programs in Mayotte
  8. Calculate costs considering geographic remoteness and instructor deployment expenses
  9. Review lot-specific evaluation criteria to determine optimal bidding strategy
  10. Consider consortium approaches for multi-lot bids requiring diverse expertise

For Industry Observers

This tender reveals several significant trends:

Overseas Territory Workforce Development: The €93M investment indicates substantial commitment to healthcare and social work workforce development in Mayotte.

EU Funding for Professional Training: EU funding enables large-scale professional education investments in French overseas territories.

Healthcare Training Dominance: The State Nursing Diploma lot (€5.04M) represents over 5% of total contract value, indicating priority on nursing workforce development.

Diverse Social Work Specializations: The multiple social work training lots (6 of 12 lots) reflect comprehensive social services workforce development.

Open Procedure Accessibility: Unlike restricted procedures, the open format allows broader market participation.

Long Contract Duration: The 48-month term provides training stability and enables multi-year cohort planning.

Related Opportunities

The tender documentation references a corrigendum published September 5, 2025 (Document FR 00579973-2025). Interested parties should review both the original notice and corrigendum for complete requirements.

The buyer’s procurement profile shows:

  • 4 renewal opportunities worth €158M

This suggests potential for contract renewals or extensions. Firms should monitor EPA LAREFORM PRO DE MAYOTTE procurement notices for future training opportunities.

Similar opportunities exist with 2,900 other buyers conducting education and training projects worth €16 billion across Europe.

Training providers should monitor:

  • EPA LAREFORM PRO DE MAYOTTE procurement platform for future opportunities
  • Hermix’s database for French education and training tenders
  • Other French overseas territory education authorities for comparable opportunities
  • Healthcare and social work training program procurements across France

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.

Formation professionnelle du secteur sanitaire et social - tender opportunity

Belgian Socialist Mutual Insurance Network Awards €30M Insurance Portfolio Framework

The Union Nationale des Mutualités Socialistes (Solidaris) has launched an open tender for comprehensive insurance coverage across its nationwide network of socialist mutual insurance organizations. This 12-month framework agreement worth €30 million covers property, liability, accident, vehicle, and travel insurance for the entire Belgian socialist mutual sector.

Executive Summary

Solidaris, Belgium’s national union of socialist mutual insurance companies, seeks insurance providers to renew multiple insurance portfolios covering the organization and its network of provincial mutuals and associated entities across Belgium. The framework agreement spans €30 million over 12 months, with bids due October 10, 2025. This procurement consolidates insurance coverage for fire and related perils, IT risks, civil liability, school activities, work accidents, vehicles, and collective travel insurance. The tender reflects recent structural changes in the francophone mutual sector, where multiple organizations merged in 2022 to form Mutualité Solidaris Wallonie while maintaining distinct territorial units. Insurance providers must offer coverage across all Belgian provinces where socialist mutuals operate, accommodating both unified legal entities and territorial distinctions in policy structures.

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

Tender Overview

Basic Information

Document ID: 00629154-2025 Reference Number: 2025-085-UNMS-MP Publication Date: September 25, 2025 Deadline: October 10, 2025 Status: Open Source: TED BOSA

Financial Summary

Total Estimated Value: €30,000,000.00 Contract Duration: 12 months EU Funding: No

The procurement consists of a single lot covering all insurance categories for the entire Solidaris network.

Budget Breakdown

The framework agreement covers distinct insurance policies for each participating legal entity across the following risk categories:

Property Damage Insurance:

  • Fire and related perils (named perils and all risks except)
  • All risks IT equipment
  • Stay and transport of valuables
  • All risks artworks and exhibitions
  • All risks wheelchairs
  • All risks signage

Civil Liability and Legal Protection:

  • General civil liability and objective fire/explosion liability (excluding hospital and polyclinic activities)
  • Civil liability and objective fire/explosion liability for hospital and polyclinic activities
  • Directors’ liability
  • Civil liability for temporary activity organization

Combined School and Activity Insurance:

  • Combined school insurance
  • Associations coverage
  • Volunteer organization coverage in welfare, public health, and family policy domains
  • Sports federations

Work Accident and Collective Accident Insurance:

  • Work accidents
  • Private life accidents
  • Bodily injury accidents (miscellaneous)

Vehicle Insurance:

  • Vehicle coverage
  • Comprehensive mission coverage

Collective Travel Insurance

The tender documentation does not provide specific budget allocations per insurance category.

Buyer Profile Analysis

Organizational Background

Solidaris – Union Nationale des Mutualités Socialistes represents the umbrella organization for all socialist mutuals (health insurance mutuals) across Belgian territory. A socialist mutual operates in each Belgian province, providing health insurance and related services to members.

Both Solidaris U.N.M.S. and the individual provincial socialist mutuals maintain their own networks of associated organizations. Within this procurement framework, Solidaris U.N.M.S. and the socialist mutuals represent umbrella entities, each covering multiple associations beneath them.

A significant structural change occurred on January 1, 2022, when several francophone mutuals merged to form Mutualité Solidaris Wallonie (Solidaris Wallonie). This merger created a single legal entity while maintaining distinct establishment units corresponding to the territories of the current mutuals. Insurance policies for these mutuals will be subscribed in the name of Solidaris Wallonie but must specify the relevant territory each time.

The tender documentation indicates that starting January 1, 2026, certain policies may be established solely in the name of Solidaris Wallonie without territory distinctions. Dialogue on this transition will occur after contract conclusion. Precise contact and billing details will be transmitted at the time of individual policy conclusion.

Procurement History

The buyer’s procurement data shows:

Previous Contract Winners:

  • P V ASSURANCES P V VERZEKERINGEN CVBA: €14M across 2 contracts, average €6.9M per contract
  • MOLLIE: €494K for 1 contract
  • AUDIRIS: €140 for 1 contract

Previous winners are predominantly Belgian firms, with one contractor from the Netherlands (MOLLIE at €494K).

Total procurement activity:

  • 171 contract awards worth €244M total
  • 5 similar contract awards worth €14M
  • 4 similar renewals worth €11M
  • 70 total renewals worth €218M

The procurement data shows 392 other buyers with similar insurance projects valued at €599M across Belgium, indicating substantial activity in public sector insurance procurement.

Working Relationship Indicators

The procurement follows a negotiated procedure with prior publication of a call for competition. This approach allows for dialogue and negotiation during the evaluation process.

Evaluation criteria combine price and quality, though specific weightings are not disclosed in the available documentation. Given the healthcare sector context and the need to serve vulnerable populations, quality factors related to claims handling, service responsiveness, and coverage comprehensiveness will be important.

The framework agreement structure means individual insurance policies will be concluded separately for each participating legal entity as needs arise. The buyer emphasizes that precise contact and billing details will be provided at the time each specific policy is established.

Language requirements accommodate Belgium’s linguistic diversity, accepting offers in both French and Flemish.

Scope and Requirements Analysis

Service Categories

The framework agreement establishes the structure for concluding distinct insurance policies in the name of each participating legal entity for specific risk categories. Insurers must provide coverage across all specified insurance types, though individual policies will be issued separately.

Property Damage Insurance Requirements

Fire and Related Perils: Coverage on both named perils and all risks except basis IT Equipment: Comprehensive all risks coverage for information technology assets Valuables: Stay and transport coverage for valuable items Artworks and Exhibitions: All risks coverage for art collections and exhibition materials Wheelchairs: Comprehensive coverage for wheelchair equipment Signage: All risks coverage for organizational signage and displays

Civil Liability and Legal Protection Requirements

General Civil Liability: Coverage excluding hospital and polyclinic activities, including objective fire/explosion liability Hospital and Polyclinic Liability: Specialized coverage for healthcare facility operations, including objective fire/explosion liability Directors’ Liability: Protection for organizational leadership decisions and governance Temporary Activities: Civil liability coverage for organization of temporary events and activities

Combined School and Activity Insurance Requirements

School Insurance: Combined coverage for educational activities Association Coverage: Insurance for associated organizations within the network Volunteer Organizations: Coverage for volunteers working in welfare, public health, and family policy domains Sports Federations: Insurance for affiliated sports organizations

Work Accident and Collective Accident Requirements

Work Accidents: Statutory work accident insurance coverage Private Life Accidents: Coverage for accidents outside work contexts Bodily Injury: Miscellaneous bodily injury accident coverage

Vehicle Insurance Requirements

Vehicle Coverage: Standard vehicle insurance Comprehensive Mission Coverage: Enhanced coverage for vehicles used in organizational missions

Collective Travel Insurance Requirements

Group travel coverage for organizational trips and activities

Technical Requirements

The tender does not specify detailed technical requirements such as coverage limits, deductibles, or specific policy terms. These details are addressed during the negotiation process and individual policy establishment.

The structural complexity of the buyer organization requires insurers to accommodate:

  • Multiple legal entities with distinct coverage needs
  • Territorial distinctions within merged entities (Solidaris Wallonie)
  • Transition planning for policy consolidation from January 1, 2026
  • Flexible policy structures accommodating organizational evolution

Geographic Coverage

Coverage extends across all Belgian provinces where socialist mutuals operate. The exact number and locations of facilities, offices, and operational sites are detailed in the competition documentation.

The buyer organization operates throughout Belgium, serving both francophone and Dutch-speaking regions, reflected in the dual-language tender requirements.

Market Opportunity Assessment

Target Businesses

This procurement targets:

Multi-line Insurance Providers: Firms capable of offering the full range of property, liability, accident, vehicle, and travel insurance products

Public Sector Insurance Experience: Understanding of public law body requirements and health sector operations

Belgian Market Knowledge: Familiarity with Belgian insurance regulations, mutual insurance sector, and healthcare system context

Scale Capability: Capacity to handle €30 million in annual premiums across multiple entities and coverage types

Bilingual Service: Ability to operate in both French and Flemish to serve all network entities

Claims Management: Robust claims handling systems for healthcare organizations with diverse risk profiles

Multi-site Coverage: Experience providing insurance across multiple locations and organizational structures

The comprehensive scope favors established insurance companies or consortiums with broad product portfolios rather than specialist providers focused on single insurance lines.

Competition Analysis

The market data reveals:

  • P V ASSURANCES P V VERZEKERINGEN CVBA dominates historical awards with €14M across 2 contracts
  • 392 buyers with similar insurance projects worth €599M across Belgium
  • 5 similar historical contract awards from this buyer worth €14M
  • 4 similar renewal opportunities worth €11M

The buyer has 70 total renewal opportunities worth €218M, suggesting regular procurement cycles for various insurance needs. The €30 million value of this single tender represents a significant consolidation of insurance purchasing.

The presence of both Belgian and international providers (Netherlands) in historical awards indicates openness to cross-border suppliers within the EU market.

Barriers to Entry

Belgian Market Presence: Practical need for local operations to serve facilities across all provinces

Multi-line Capability: Single-line specialists cannot meet the comprehensive coverage requirements

Language Capacity: Bilingual service delivery in French and Flemish

Healthcare Sector Knowledge: Understanding of hospital operations, healthcare risks, and public health organization structures

Claims Infrastructure: Robust systems for handling diverse claim types across multiple locations

Regulatory Compliance: Knowledge of Belgian insurance regulations and public procurement rules

Financial Capacity: Sufficient underwriting capacity for €30 million annual premium volume

Strategic Insights

Key Success Factors

Successful bids will demonstrate:

  1. Comprehensive insurance portfolio covering all required lines without gaps or exclusions
  2. Experience with Belgian health sector organizations and mutual insurance companies
  3. Bilingual service capabilities accommodating both francophone and Dutch-speaking entities
  4. Understanding of the Solidaris organizational structure, including the 2022 merger creating Solidaris Wallonie
  5. Flexible policy structures accommodating territorial distinctions within unified legal entities
  6. Transition management capability for the January 2026 policy consolidation
  7. Claims handling expertise across diverse risk categories from property damage to professional liability
  8. Competitive pricing balanced with comprehensive coverage and service quality
  9. References from comparable public health or mutual insurance organizations
  10. Proposal addressing both immediate needs and longer-term organizational evolution

The evaluation criteria combining price and quality suggest that lowest cost alone will not win. Insurers must balance competitive premiums with demonstrated service capability and coverage comprehensiveness.

Risk Assessment

Potential challenges include:

Organizational Complexity: The buyer structure includes an umbrella organization (Solidaris U.N.M.S.), provincial mutuals, and associated entities beneath each. Insurers must navigate this multi-layered structure and understand which legal entity requires coverage for which risks.

Merger Transition: The 2022 creation of Solidaris Wallonie as a unified legal entity with distinct territorial units creates policy structuring complexity. Insurers must accommodate current territorial distinctions while preparing for potential full consolidation from January 2026.

Healthcare Risk Profile: Hospital and polyclinic activities present higher liability risks requiring specialized underwriting expertise. Mixing these higher-risk activities with standard organizational insurance complicates risk assessment and pricing.

Geographic Scope: Providing consistent service across all Belgian provinces requires substantial local presence or network partnerships.

Multi-line Coordination: Coordinating multiple insurance types across numerous entities demands sophisticated policy administration and claims systems.

Claims Volume: The large membership base of Belgian socialist mutuals generates substantial claims volume requiring efficient processing capability.

Regulatory Environment: Belgian insurance regulations and public procurement rules create compliance requirements throughout contract execution.

Premium Adequacy: The 12-month contract duration with €30 million value suggests high annual premium volume. Insurers must ensure pricing adequacy without long-term rate guarantees.

Regulatory Considerations

All coverage must comply with:

  • Belgian insurance regulations and solvency requirements
  • Public sector procurement rules under Belgian law
  • Healthcare facility insurance standards
  • Work accident insurance statutory requirements
  • Vehicle insurance mandatory coverage laws
  • Data protection regulations for handling member information

Actionable Recommendations

For Potential Bidders

Firms interested in bidding should:

  1. Review the complete tender documentation available through the official sources (TED and BOSA platforms)
  2. Assess internal capability across all required insurance lines, forming partnerships if gaps exist in the product portfolio
  3. Prepare detailed service proposals for each insurance category, emphasizing healthcare sector experience
  4. Document bilingual service capability with evidence of French and Flemish language support
  5. Develop pricing models accommodating both the current territorial structure and potential 2026 consolidation
  6. Gather references from Belgian health sector clients or comparable mutual insurance organizations
  7. Prepare claims handling protocols appropriate for healthcare organizations with multiple sites
  8. Calculate risk-adjusted pricing considering the mix of standard organizational risks and higher-risk hospital activities
  9. Develop policy structures flexible enough to accommodate organizational evolution without requiring complete renegotiation
  10. Contact the buyer (mp-oo@solidaris.be) to clarify questions about entity structures and coverage coordination
  11. Submit offers in the appropriate language (French or Flemish) by October 10, 2025

Bidders should emphasize value beyond price, including service quality, claims expertise, and understanding of the buyer’s unique organizational structure.

For Industry Observers

This tender reveals several significant trends:

Consolidation of Public Sector Insurance Purchasing: The €30 million single framework agreement consolidates multiple insurance lines for an entire organizational network. This trend favors large insurance providers over smaller specialists.

Organizational Evolution Impact: The 2022 merger creating Solidaris Wallonie demonstrates ongoing consolidation in Belgium’s mutual insurance sector. Insurance providers must adapt to evolving organizational structures while maintaining service continuity.

Healthcare Sector Specialization: The separation of hospital/polyclinic liability from general organizational liability recognizes distinct risk profiles requiring specialized underwriting.

Multi-line Bundling: Combining property, liability, accident, vehicle, and travel insurance in a single framework reflects buyer preference for coordinated coverage from fewer providers.

Language Requirements: The bilingual service requirement (French and Flemish) reflects Belgium’s linguistic diversity and limits practical market access to insurers with multilingual capabilities.

Related Opportunities

The tender documentation does not reference any corrigenda or related notices beyond the original contract notice published September 25, 2025.

The buyer’s procurement profile shows:

  • 70 total renewal opportunities worth €218M
  • 4 similar renewal opportunities worth €11M

This suggests regular insurance procurement cycles. Firms should monitor Solidaris procurement notices for related opportunities in specialized insurance lines or geographic subdivisions.

Similar opportunities exist with 392 other buyers in comparable sectors, with total market value of €599M across Belgium. The Belgian public health sector and mutual insurance organizations provide consistent demand for comprehensive insurance coverage.

Insurers should monitor:

  • Solidaris procurement platform for related opportunities
  • Belgian public procurement portals (TED and BOSA) for similar health sector insurance tenders
  • Provincial mutual organizations for local insurance needs
  • Associated entities within the Solidaris network for specialized coverage requirements

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.

Renouvellement des portefeuilles d'assurances de diverses entités - tender opportunity






German Federal Employment Agency Awards €83.7M Architecture Contract for Western Region Properties

The German Federal Employment Agency has issued a major procurement notice for comprehensive architectural and engineering services across its Western Region properties. This 23-month framework agreement represents one of the largest public infrastructure maintenance contracts in Germany’s social protection sector.

Executive Summary

The Bundesagentur für Arbeit, represented by BA Gebäude-, Bau- und Immobilienmanagement GmbH, seeks qualified architecture and engineering firms for building maintenance and small construction projects across its Western Region properties. The contract spans €83,679,514.34 over 23 months, divided into seven geographic lots. With a submission deadline of October 2, 2025, this tender targets firms experienced in public sector construction regulations and capable of managing projects from small maintenance interventions up to €6 million. The buyer explicitly permits awarding up to two firms per lot to maintain flexibility and accelerate project delivery. Architecture and engineering firms with proven track records in public building standards should prioritize this opportunity.

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

Tender Overview

Basic Information

Document ID: 00553323-2025 Reference Number: 173687 Publication Date: August 25, 2025 Deadline: October 2, 2025 Status: Closed Source: TED (Tenders Electronic Daily)

Financial Summary

Total Estimated Value: €83,679,514.34 Contract Duration: 23 months EU Funding: No

The contract divides into seven lots with values ranging from €4,971,312.62 to €18,455,911.19. Each lot covers specific geographic territories within the Western Region of Germany.

Budget Breakdown

Lot 1: €18,201,013.42 Lot 2: €18,455,911.19 Lot 3: €4,971,312.62 Lot 4: €7,500,789.77 Lot 5: €11,997,286.87 Lot 6: €11,945,304.31 Lot 7: €10,607,896.16

The tender document indicates that approximately 60% of individual measures fall below €150,000, with cost group 300 (construction work) representing about 60% and cost group 400 (technical building equipment) representing about 40% of project scope.

Buyer Profile Analysis

Organization Overview

Official Name: BUNDESAGENTUR FÜR ARBEIT VERTRETEN DURCH BA GEBÄUDE BAU UND IMMOBILIENMANAGEMENT Contact: BA-Gebäude-, Bau- und Immobilienmanagement GmbH Address: Lina-Ammon-Strasse 9, 90471 Nürnberg, Germany Email: h.helmolt@bi-mangement.de Phone: +49 911-98872941 External URL: http://evergabe-online.de

Buyer Type: Body governed by public law Main Activity: Social protection Country: Germany

Organizational Background

The Bundesagentur für Arbeit (Federal Employment Agency) operates as Germany’s primary public employment service organization. The agency manages employment offices and job centers across the country, requiring extensive real estate infrastructure. BA-Gebäude-, Bau- und Immobilienmanagement GmbH serves as the dedicated building and property management subsidiary, handling all construction, maintenance, and facility management operations for the agency’s nationwide property portfolio.

Procurement History

According to the tender documentation, the buyer has awarded similar contracts to multiple firms:

Previous Contract Winners:

  • CARPUS PARTNER: 1 contract (value not disclosed)
  • IPROPLAN PLANUNGSGESELLSCHAFT MBH: 1 contract (value not disclosed)
  • SCHÄFER ENGINEERING: 1 contract valued at €5.5M
  • TRIADE ARCHITEKTEN: 1 contract (value not disclosed)

The tender data shows 77 total contract awards worth €12M, with 6 similar contract awards totaling €5.5M. The buyer’s procurement platform indicates 3 similar open tenders worth €87M and 9 similar renewals valued at €185M, demonstrating consistent demand for architectural and engineering services.

Working Relationship Indicators

The tender explicitly states that contractors have no claim to exclusive assignment or guaranteed revenue volumes within their assigned lots. The buyer reserves the right to award up to two architecture or engineering firms per lot to increase flexibility and accelerate project implementation.
Project management and client representation occurs through BA-Gebäude-, Bau- und Immobilienmanagement GmbH. Local contacts for site access and building clearance issues come from RIM (Regional Infrastructure Management), an organizational unit of the Federal Employment Agency.
The procurement procedure follows a negotiated procedure with prior publication, allowing for competitive dialogue before final award. Evaluation criteria combine quality and price, though specific weightings are not disclosed in the available documentation.

Scope and Requirements Analysis

Service Categories

The tender covers services according to HOAI (German Fee Structure for Architects and Engineers):

Part 3, Section 1: Primarily phases 1-3 and 5-9 (planning and construction supervision) Part 4, Section 2: Technical building services (TGA)

Projects fall into two categories:

  1. Building maintenance (BUN)
  2. Small new construction, conversion, and expansion projects (KLB)

Contractors must also provide special services on request, including:

  • Existing condition surveys
  • Technical substance investigation
  • Structural engineering
  • Fire protection planning
  • Building physics analysis

Technical Requirements

The tender specifies that individual measures typically fall below €150,000 (approximately 60% of projects). Small construction projects extend up to €6 million, while building maintenance projects exceed this threshold when necessary.

Cost distribution follows DIN 276 standards:

  • Cost Group 300 (construction work): approximately 60%
  • Cost Group 400 (technical building equipment): approximately 40%

The buyer cannot provide exact volumes because annual requirements are determined yearly, and unforeseen emergency repairs and disruptions add to the baseline workload.

Geographic Coverage

All seven lots cover properties within the Western Region of Germany. The tender document references accompanying lot maps (Loskarte) for precise geographic boundaries, though these maps are not included in the procurement notice itself.

Project locations consist primarily of properties owned by the Federal Employment Agency, though the tender acknowledges that some projects occur on leased or third-party properties when necessary.

Market Opportunity Assessment

Target Businesses

The buyer explicitly seeks architecture or engineering firms meeting these criteria:

Professional qualifications: Registered architects or engineers authorized to practice in Germany Regulatory knowledge: Familiarity with public building regulations and standards Project scale capacity: Ability to handle small projects (building maintenance) and larger projects up to €6 million Quality standards: Proven ability to meet agreed quality, cost, and schedule requirements Public sector experience: Understanding of public procurement processes and compliance requirements

The tender language emphasizes reliability in project execution and supervision capability across multiple concurrent small-scale interventions.

Competition Analysis

The procurement data reveals 14,000 other buyers with similar projects valued at €11 billion, indicating substantial market activity in public building services across Germany.

For this specific tender:

  • 3 similar open tenders worth €87M
  • 6 similar contract awards worth €5.5M
  • 9 similar renewals worth €185M

The buyer’s decision to potentially award two firms per lot suggests anticipation of strong competition and desire for backup capacity. This approach reduces individual firm market share per lot but increases overall award probability for qualified bidders.

Barriers to Entry

Language requirements: All offers must be submitted in German Regulatory knowledge: Deep familiarity with HOAI fee structures and public building regulations Local presence: Practical need for firms to respond quickly to site issues and maintain regular contact with RIM staff Scale flexibility: Firms must handle numerous small interventions efficiently while maintaining capacity for occasional larger projects

Strategic Insights

Key Success Factors

Winning bids require demonstration of:

  1. Public sector construction expertise, particularly familiarity with Federal Employment Agency building standards
  2. Capacity to manage fragmented workloads with multiple small simultaneous projects
  3. Flexible staffing to handle unpredictable emergency repairs alongside planned maintenance
  4. Geographic proximity or established presence in the Western Region for rapid response
  5. Experience with HOAI phases 1-3 and 5-9, with technical building services capability
  6. Quality control systems for maintaining standards across numerous small interventions

The evaluation criteria combine quality and price, though the tender does not specify exact weightings. Given the emphasis on reliability, schedule adherence, and quality standards in the requirement description, bidders should expect quality factors to carry substantial weight.

Risk Assessment

Potential challenges include:

Unpredictable workload: The tender explicitly states that annual requirements vary and emergency repairs occur without warning. Firms must maintain capacity for surge demand while accepting variable utilization.

No revenue guarantees: The buyer offers no minimum workload commitments. Contract award provides opportunity but not guaranteed income.

Multiple small projects: Managing numerous interventions below €150,000 requires efficient project administration systems. Overhead costs for small projects can erode profitability without proper systems.

Shared lot awards: Up to two firms per lot means splitting available work and competing with another contractor who knows the buyer’s preferences equally well.

Framework contract structure: Services are called off as needed rather than assigned upfront, creating planning uncertainty for contractors.

Regulatory Considerations

Actionable Recommendations

For Potential Bidders

Firms interested in bidding should:

  1. Review lot geographic boundaries in the referenced Loskarte maps to identify optimal lots based on existing regional presence
  2. Assess internal capacity to handle 60% of workload in sub-€150,000 increments efficiently
  3. Prepare evidence of previous public sector building maintenance contracts, emphasizing reliability metrics
  4. Document familiarity with HOAI phases and Federal Employment Agency building standards if available
  5. Build partnerships with specialized fire protection, building physics, and structural engineering consultants if these capabilities are not in-house
  6. Calculate overhead costs for managing numerous small projects to ensure bid pricing maintains profitability
  7. Contact the buyer (h.helmolt@bi-mangement.de, +49 911-98872941) to clarify evaluation criteria weightings
  8. Prepare quality management documentation showing systems for maintaining standards across fragmented project portfolios

Note: This tender has closed as of October 2, 2025. Interested firms should monitor the buyer’s procurement platform (http://evergabe-online.de) for contract award announcements and future opportunities.

For Industry Observers

This tender reveals several significant trends:

German public infrastructure maintenance continues shifting toward framework contracts with multiple potential suppliers per lot. This approach prioritizes buyer flexibility over contractor exclusivity.

The scale distribution (60% of projects under €150,000) indicates preference for engaging established architectural firms for routine maintenance rather than managing small contractors directly. This creates opportunities for mid-sized firms with efficient project management systems.

The buyer’s explicit reservation of rights to award up to two firms per lot signals concerns about capacity constraints in the regional market. This procurement strategy may become more common as public building maintenance backlogs grow.

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

Related Opportunities

The tender documentation references a corrigendum published September 11, 2025 (Document 00592408-2025), indicating amendments to the original procurement notice. Interested parties should review both documents for complete requirements.

The buyer’s procurement profile shows 37 total contract renewals worth €308M, suggesting consistent long-term demand beyond this specific tender. Firms establishing relationships through smaller initial contracts position themselves for future opportunities.

Similar opportunities exist with 14,000 other buyers in comparable sectors, with total market value of €11 billion in Germany. The Federal Employment Agency’s approach to bundling maintenance into geographic framework contracts may provide a model for other public sector organizations.

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.

Generalplaner- und Architektenleistungen im Bauunterhalt und für kleine Baumaßnahmen in den Liegenschaften der Bundesagentur für Arbeit Region West - tender opportunity




Belgian Railway Manager Awards €33.5M Catenary Renewal Contract for Jemelle-Grupont Line

Infrabel, Belgium’s railway infrastructure manager, has issued a framework agreement for complete re-electrification and civil engineering works on the L162 railway line between Jemelle and Grupont. This €33.5 million contract spans 36 months and includes catenary infrastructure renewal, linear civil engineering, and signaling works.

Executive Summary

Infrabel seeks contractors to completely renew the catenary infrastructure and perform linear civil engineering and signaling works on line L162 between Jemelle and Grupont in the Dinant district. The framework agreement is valued at €33,500,000.00 over 36 months. Bids closed September 23, 2025. This procurement follows a negotiated procedure with prior publication, requiring French-language submissions. The project encompasses overhead power line replacement, drainage construction, railway signaling systems, and associated civil engineering works. Firms with experience in railway electrification, catenary systems, and Belgian rail infrastructure standards should have prioritized this opportunity. The substantial contract value and Infrabel’s extensive procurement history (1,400 contracts worth €2.3 billion) demonstrate consistent demand for railway infrastructure services in Belgium.

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

Tender Overview

Basic Information

Document ID: 00553591-2025 Reference Number: TR 083315 Publication Date: August 25, 2025 Deadline: September 23, 2025 Status: Closed Source: TED BOSA

Financial Summary

Total Estimated Value: €33,500,000.00 Contract Duration: 36 months EU Funding: No

The procurement consists of a single lot (TR 083315 – 1) covering all re-electrification and civil engineering works on the designated railway section.

Budget Breakdown

The tender documentation does not provide detailed cost breakdowns by work category. The framework agreement encompasses:

  • Complete catenary infrastructure renewal
  • Linear civil engineering works
  • Signaling system works
  • Drainage construction works

The scope covers the L162 railway line section between Jemelle and Grupont in the Arrondissement of Dinant.

Buyer Profile Analysis

Organization Overview

Official Name: INFRABEL Contact Email: 41533.support1030@infrabel.be Phone: +32 00000000 External URL: https://www.infrabel.be/
Buyer Type: Body governed by public law Main Activity: Railway services Country: Belgium Project Location: Arr. Dinant

Organizational Background

Infrabel is Belgium’s railway infrastructure manager, operating as a body governed by public law with the main activity of railway services.

Procurement History

The buyer’s procurement data shows extensive contracting activity:

Previous Contract Winners (Top 10):

  • RENTABEL: €37M across 22 contracts, average €1.7M per contract
  • JACOBS ENGINEERING: €71M across 18 contracts, average €3.9M per contract
  • MOBIX: €48M across 15 contracts, average €3.2M per contract
  • DE WITTE VANDECAVEYE: €38M across 15 contracts, average €2.5M per contract
  • ALGEMENE ONDERNEMINGEN E DE VUYST: €18M across 15 contracts, average €1.2M per contract
  • SOCOGETRA: €24M across 14 contracts, average €1.7M per contract
  • SOCIETE ANONYME DE CONSTRUCTION ET ENTRETIEN: €5M across 14 contracts, average €358K per contract
  • JEROUVILLE: €7.5M across 13 contracts, average €627K per contract
  • BESIX: €73M across 12 contracts, average €6.1M per contract
  • STRUKTON RAIL: €56M across 12 contracts, average €4.7M per contract

Contractor countries represented in previous awards:

  • Belgium: €858M across 477 contracts, average €1.8M per contract
  • France: €1.8M across 4 contracts, average €443K per contract
  • Luxembourg: €8.1M across 9 contracts, average €897K per contract
  • Germany: €31M across 3 contracts, average €10M per contract
  • Netherlands: €3.6M across 1 contract, average €3.6M per contract

Total procurement activity:

  • 1,400 contract awards worth €2.3 billion total
  • 511 similar contract awards worth €902M
  • 641 similar renewals worth €70M
  • 777 total renewals worth €117M
  • 26 similar open tenders (value not disclosed)
  • 33 total open tenders (value not disclosed)

The market data indicates 5,500 other buyers with similar projects valued at €7 billion.

Working Relationship Indicators

The procurement follows a negotiated procedure with prior publication of a call for competition. This approach allows for dialogue and negotiation during the evaluation process.
Evaluation criteria are not disclosed in the available documentation.
The framework agreement structure provides flexibility in managing work execution over the 36-month period. Language requirements specify French-only submissions.

Scope and Requirements Analysis

Service Categories

The framework agreement covers:
Catenary Infrastructure Renewal: Complete renewal of catenary infrastructure
Linear Civil Engineering: Civil engineering works on the railway line, including drainage construction
Railway Signaling Works: Signaling system works

Technical Requirements

The tender specifies works on railway line L162 between Jemelle and Grupont. The specific technical requirements are contained in the full tender documentation available through the official procurement sources.

Geographic Coverage

The project covers the railway line section between Jemelle and Grupont on line L162 in the Arrondissement of Dinant.

Market Opportunity Assessment

Target Businesses

This procurement targets:

Railway Electrification Specialists: Firms with experience in catenary system installation and railway electrical infrastructure

Railway Construction Contractors: Companies capable of performing civil engineering works in railway environments

Signaling System Contractors: Contractors experienced with railway signaling installations

Multi-Discipline Contractors: Firms offering combined capabilities across catenary, civil engineering, and signaling disciplines

French-Language Capability: Ability to submit offers in French as required by the tender

Competition Analysis

The procurement history reveals:

BESIX and JACOBS ENGINEERING lead in total contract value (€73M and €71M respectively) with larger average contract sizes (€6.1M and €3.9M).

RENTABEL leads in contract count (22) with average values of €1.7M.

MOBIX, DE WITTE VANDECAVEYE, and STRUKTON RAIL represent strong competitors with substantial experience (€48M-€56M in historical awards).

Market context:

  • 511 similar contract awards worth €902M from Infrabel
  • 641 similar renewal opportunities worth €70M
  • 5,500 buyers with similar projects worth €7B

The closed tender status (September 23, 2025 deadline) means the bidding period has ended.

Barriers to Entry

Railway Infrastructure Expertise: Specialized knowledge required for catenary systems, railway civil engineering, and signaling works

French Language Requirement: Submissions must be in French

Track Record: Previous experience with railway infrastructure projects

Financial Capacity: Ability to manage €33.5M contract over 36 months

Strategic Insights

Key Success Factors

Note: This tender closed September 23, 2025. The following analysis applies to similar future opportunities.

Successful bids would demonstrate:

  1. Previous railway infrastructure projects, particularly catenary installations
  2. Experience with railway civil engineering and signaling works
  3. French-language project management and documentation capabilities
  4. Financial capacity to manage large-scale, multi-year contracts
  5. References from railway infrastructure managers
  6. Understanding of Belgian railway project requirements

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

Risk Assessment

Potential challenges include:

Project Complexity: The combination of catenary renewal, civil engineering, and signaling works requires coordination across multiple technical disciplines.

Railway Environment: Working on railway infrastructure presents specific challenges related to railway operations and safety.

Contract Duration: The 36-month timeframe requires sustained project management and resource allocation.

Regulatory Considerations

All work must comply with Belgian railway regulations and Infrabel specifications. Specific regulatory requirements are detailed in the full tender documentation.

Actionable Recommendations

For Potential Bidders

Note: This tender closed September 23, 2025. The following recommendations apply to similar future opportunities.

Firms interested in future Infrabel railway infrastructure tenders should:

  1. Monitor Infrabel procurement notices and the TED/BOSA platforms for similar opportunities
  2. Build reference projects demonstrating railway infrastructure capability
  3. Develop French-language technical documentation and project management capabilities
  4. Form partnerships if gaps exist in catenary, civil engineering, or signaling expertise
  5. Review Infrabel’s procurement history to understand typical contract structures and values

For Industry Observers

This tender reveals several significant trends:

Railway Infrastructure Investment: The €33.5M contract indicates continued investment in Belgian railway electrification and modernization.

Framework Agreement Approach: Infrabel uses framework agreements for infrastructure projects, providing structure over multi-year periods.

Negotiated Procedures: The negotiated procedure with prior publication allows for dialogue during the procurement process.

Market Participation: Belgian contractors dominate awards (€858M across 477 contracts), though international firms from neighboring countries participate successfully.

Consistent Procurement Activity: With 641 similar renewal opportunities worth €70M and 777 total renewals worth €117M, Infrabel maintains regular procurement cycles.

Related Opportunities

The tender documentation does not reference corrigenda or related notices beyond the original contract notice published August 25, 2025.

The buyer’s procurement profile shows:

  • 26 similar open tenders (value not disclosed)
  • 33 total open tenders (value not disclosed)
  • 641 similar renewal opportunities worth €70M
  • 777 total renewal opportunities worth €117M

This suggests regular procurement cycles for railway infrastructure work. Firms should monitor Infrabel notices for additional opportunities.

Similar opportunities exist with 5,500 other buyers conducting similar projects worth €7 billion.

Contractors should monitor:

  • Infrabel procurement platform for Belgian railway opportunities
  • TED and BOSA databases for Belgian public procurement
  • Railway infrastructure procurement across Europe

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.

Réélectrification et petit génie civil du tronçon Jemelle-Grupont

Ville de Chambéry Associations House Rehabilitation Project Management – €507,000 Public Tender Analysis

Ville de Chambéry has launched a €507,000 tender for project management services for the partial rehabilitation of the Maison des Associations de Chambéry. Published on 2 September 2025 with applications due 29 September 2025, this 40-month negotiated procurement procedure with prior publication targets architectural and engineering services providers. The project encompasses modernization of the aging building, creation of new spaces aligned with contemporary usage patterns, exterior space redesign, and complete rehabilitation of the day reception and solidarity space areas with specific co-financing arrangements. Located in Savoie department with French language requirements, this opportunity suits established project management consultants with experience in public building rehabilitation and community facility development. With Ville de Chambéry’s substantial procurement history showing €2.7B in total contract awards and strong relationships with local service providers, this represents significant potential for qualified architectural and engineering consultancy firms.

Understanding the Tender Framework

This procurement operates under a negotiated procedure with prior publication of competition notice, published on 2 September 2025 with applications due 29 September 2025, providing a 27-day window for candidate submission. The contract carries document ID 00571175-2025 and reference number 2532, sourced through TED (Tenders Electronic Daily).

The 40-month contract duration covers comprehensive project management from initial planning through completion of rehabilitation works. The evaluation criteria are listed as unknown in the basic documentation, indicating detailed methodology will be specified in the consultation documents. French language requirement for offers reflects domestic procurement requirements and local stakeholder coordination needs.

The contract is not financed with EU funds, indicating direct municipal funding for this community facility rehabilitation project. The service-based nature requires project management expertise spanning architectural design, engineering coordination, and construction oversight capabilities.

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

Understanding the Buyer Organization

Ville de Chambéry operates as the municipal government for Chambéry city in the French Alps, functioning as a body governed by public law with primary activity in general public services. The organization maintains contact through marchespublics@mairie-chambery.fr and phone 0479602094, with additional information available at http://www.chambery.fr.

The procurement context reveals substantial organizational activity from Ville de Chambéry. The organization currently has 4 open tenders worth €5.3M total, with 1 similar open tender worth €2.3M, indicating active procurement operations in comparable consultancy services. Historical data shows 145 renewals worth €237M and 661 contract awards totaling €2.7B, demonstrating Ville de Chambéry operates as a major procurement entity within France’s municipal sector.

The organization has completed 125 similar contract awards worth €21M, with 21 similar renewals worth €20M, showing established patterns in architectural and engineering services procurement. This data indicates successful suppliers face strong potential for future projects and contract renewals based on performance quality.

Ville de Chambéry’s supplier base shows established relationships with diverse service providers. Top contractors include CRISTAL HABITAT (€1.3M across 2 contracts), SINAT (€640K across 2 contracts), and DURAND SERVICES (€275K across 6 contracts). All documented contractors operate from France, indicating preference for domestic suppliers with direct service capabilities and local knowledge.

The broader market context shows 19K other buyers with similar projects totaling €30B, positioning this procurement within a substantial European market for architectural and engineering consultancy services.

Comprehensive Service Requirements

The tender specifies project management services (MOE – Maîtrise d’Œuvre) for partial rehabilitation of Chambéry’s Associations House. The detailed mission specifications are contained in the Phase I consultation documents, indicating comprehensive technical requirements beyond the basic scope description.

The project addresses modernization of an aging building through creation of new spaces aligned with contemporary usage requirements. This work includes integration of exterior space considerations, currently occupied entirely by parking or constituting unqualified residual spaces that create nuisances. The comprehensive approach requires architectural and urban planning expertise addressing both building rehabilitation and site development.

The project encompasses complete rehabilitation of day reception and solidarity space areas, carried by Sasson organization with specific co-financing arrangements. This component suggests partnership coordination requirements and specialized funding compliance within the overall project management scope.

Performance location in Savoie department indicates work within the French Alps region, requiring suppliers with understanding of local building regulations, climatic considerations, and regional construction practices. The fixed-price service structure requires comprehensive cost estimation and project management capabilities.

Market Positioning and Competition Analysis

The architectural and engineering consultancy market for municipal rehabilitation projects demonstrates specific requirements for public sector experience and community facility expertise. The negotiated procedure with prior publication suggests competitive evaluation among pre-qualified consultants rather than open competition.

Market entry requires suppliers to demonstrate capabilities in project management for public building rehabilitation, architectural design expertise, and coordination of complex stakeholder arrangements including co-financing partnerships. The 40-month duration indicates substantial project commitment requiring sustained technical support and project oversight capabilities.

The €507,000 contract value indicates opportunities for established consultancy firms with comprehensive project management capabilities spanning design development through construction completion. The community facility focus requires understanding of public building regulations and accessibility requirements.

Strategic Analysis Based on Documentation

Success factors emerge from the documented requirements and municipal context. The negotiated procedure approach indicates suppliers must demonstrate specific qualifications and experience in comparable projects during the candidate evaluation phase. The 27-day application window requires suppliers to have established capabilities and project references ready for comprehensive candidate submission.

The established pattern of contract awards (125 similar awards worth €21M) and renewals (21 renewals worth €20M) suggests successful suppliers face strong potential for ongoing relationships and future municipal projects. The average contract values ranging from €32K to €648K among top contractors indicate diverse project scales and specialization opportunities within Ville de Chambéry’s procurement portfolio.

The community facility rehabilitation focus with co-financing arrangements indicates suppliers must demonstrate experience in complex stakeholder coordination and funding compliance requirements.

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

Actionable Guidance

Based on the documented requirements, interested suppliers should prepare comprehensive candidate submissions demonstrating experience in public building rehabilitation and community facility development. The project management role requires evidence of successful architectural and engineering coordination across similar municipal projects.

The negotiated procedure approach indicates suppliers should emphasize relevant project references, technical capabilities, and stakeholder management experience during the candidate evaluation phase. Demonstration of expertise in exterior space design and accessibility improvements will be important qualification factors.

The 29 September 2025 deadline requires preparation of French-language candidate documentation within the 27-day window. Suppliers should contact Ville de Chambéry directly at marchespublics@mairie-chambery.fr for detailed consultation documents and specific mission requirements not included in the basic tender notice.

Market Context and Related Opportunities

This procurement operates within the substantial European market for architectural and engineering consultancy services, as indicated by the 19K similar buyers with €30B total project value. The substantial renewal activity (21 renewals worth €20M) indicates ongoing municipal development creating sustained business opportunities beyond this specific tender.

The documented contractor relationships demonstrate opportunities for established consultancy firms specializing in public building renovation and community facility development. Companies like CRISTAL HABITAT and SINAT represent successful partnerships with average contract values ranging from €320K to €648K, indicating consistent procurement patterns in the municipal development sector.

This tender represents an opportunity for qualified project management consultants to establish or strengthen relationships with a major Alpine municipality while demonstrating capabilities in comprehensive community facility rehabilitation and urban development within the French municipal sector

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.

Ville de Chambéry Associations House Rehabilitation Project Management - €507,000 Public Tender Analysis

Viborg Varme EnergiHub District Heating Transmission Lines – €6,723,593 Public Tender Analysis

Viborg Varme A.M.B.A. has launched a €6,723,593.09 tender for district heating transmission lines as part of their new EnergiHub energy central project in Foulum. Published on 2 September 2025 with applications due 24 September 2025, this 15-month restricted procurement procedure uses quality and price evaluation criteria. The functional tender covers complete design, delivery, execution, testing, commissioning and documentation of a comprehensive district heating pipeline network including construction and pipe work. Located in Vestjylland region, this re-tendered project represents part of a larger energy infrastructure initiative utilizing surplus heat from Energinet’s direct current station and Apple’s datacenter near Foulum. With Danish language requirements and total enterprise approach, this opportunity targets established district heating contractors with proven experience in large-scale thermal infrastructure projects.

Understanding the Tender Framework

This procurement operates under a restricted procedure, published on 2 September 2025 with applications due 24 September 2025, providing a 22-day window for qualified suppliers. The contract carries document ID 00572130-2025, sourced through TED (Tenders Electronic Daily). This represents a re-tender (genudbud) of the district heating transmission lines component.

The 15-month contract duration covers comprehensive project delivery from design through commissioning. The evaluation criteria combine quality and price considerations, indicating Viborg Varme seeks both technical excellence and cost competitiveness. Danish language requirement for offers reflects local procurement requirements and project coordination needs.

The contract is not financed with EU funds, indicating direct utility funding for this energy infrastructure development. The functional tender approach (funktionsudbud) positions this as a design-build total enterprise contract, requiring suppliers to take complete responsibility for project delivery.

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

Understanding the Buyer Organization

Viborg Varme A.M.B.A. operates as Denmark’s district heating utility for the Viborg area, functioning as a body governed by public law with primary activity in general public services. The organization maintains contact through pev@ramboll.dk and phone +45 5161 3360, with additional information available at https://viborgvarme.dk/.

The procurement context reveals limited but focused market activity from Viborg Varme. The organization currently has 1 open tender worth €2M total, indicating selective procurement activity. Historical data shows 3 renewals worth €8.7M and 1 contract award, with 1 similar renewal worth €6.7M, demonstrating established infrastructure investment patterns.

The broader market context shows 1.4K other buyers with similar projects totaling €40B, positioning this procurement within a substantial European market for district heating infrastructure development. The related notices show previous procurement activity for this same EnergiHub project, with contract notices from July and August 2025, indicating ongoing project development phases.

Comprehensive Service Requirements

The tender addresses establishment of district heating transmission lines (E03) as part of Viborg Varme’s new EnergiHub energy central in Foulum. This energy facility represents a comprehensive heat recovery project utilizing surplus heat from Energinet’s direct current station and Apple’s datacenter located near Foulum, east of Viborg.

The project encompasses design, delivery, execution, testing, commissioning and documentation of a complete and fully functional district heating pipeline network, including construction and pipe work. The functional tender approach requires suppliers to take complete responsibility for all aspects of the transmission line infrastructure development.

Performance location in Vestjylland region indicates work across western Jutland, requiring suppliers with regional operational capabilities and knowledge of local infrastructure conditions. The total enterprise structure demands comprehensive project management capabilities spanning technical design through final commissioning.

The documentation references broader tender materials containing detailed task descriptions, indicating comprehensive technical specifications are available through official procurement channels beyond the basic notice information.

Market Positioning and Competition Analysis

The district heating infrastructure market demonstrates specialized technical requirements and regulatory compliance needs. The functional tender approach indicates Viborg Varme seeks suppliers capable of complete project responsibility rather than component-specific contractors. The restricted procedure suggests pre-qualification requirements limiting participation to established infrastructure contractors.

Market entry requires suppliers to demonstrate capabilities across the complete project lifecycle including design, construction, testing, and commissioning of district heating transmission systems. The 15-month delivery timeline indicates substantial project scope requiring significant operational capacity and project management expertise.

The re-tender status (genudbud) suggests previous procurement attempts, potentially indicating refined requirements or market conditions requiring adjusted approach. This context provides opportunities for contractors to address specific technical or commercial considerations from previous tender iterations.

Strategic Analysis Based on Documentation

Success factors emerge from the documented requirements and project context. The functional tender approach requires suppliers to demonstrate comprehensive capabilities spanning design through commissioning, indicating evaluation will focus on technical competency and project management capability alongside price competitiveness.

The EnergiHub project represents part of broader European energy transition initiatives utilizing waste heat recovery, potentially creating additional project opportunities for successful suppliers with proven clean energy infrastructure experience.

The 15-month delivery timeline requires suppliers to demonstrate immediate mobilization capabilities and sustained project execution capacity throughout the contract period.

Actionable Guidance

Based on the documented requirements, interested suppliers should verify their qualification status for restricted procurement procedures and prepare comprehensive capability documentation spanning design, construction, and commissioning of district heating transmission infrastructure.

The functional tender approach indicates suppliers should prepare integrated project delivery proposals demonstrating complete responsibility capability rather than component-specific solutions. Evidence of successful large-scale district heating projects and clean energy infrastructure experience will be important qualification factors.

The 24 September 2025 deadline requires preparation of Danish-language documentation within the 22-day window. Suppliers should contact Viborg Varme directly at pev@ramboll.dk for detailed specifications and pre-qualification requirements not included in the basic tender notice.

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

Market Context and Related Opportunities

This procurement operates within the substantial European district heating infrastructure market, as indicated by the 1.4K similar buyers with €40B total project value. The clean energy focus and waste heat recovery approach align with broader European Green Deal initiatives, potentially creating additional infrastructure opportunities.

The EnergiHub project’s phased development approach suggests successful suppliers face potential for additional project phases and expanded infrastructure development as surplus heat availability increases. The modular building design indicates long-term expansion potential beyond initial project scope.

This tender represents an opportunity for qualified district heating contractors to participate in Denmark’s energy transition infrastructure development while demonstrating capabilities in innovative heat recovery and distribution systems within the competitive Nordic energy market.

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.

Viborg-Varme-EnergiHub

Université de Liège Interior Blinds Framework Agreement – €240,000 Public Tender Analysis

Université de Liège has launched a €240,000 framework agreement for the supply and installation of interior blinds across all university buildings. Published on 2 September 2025 with applications due 2 October 2025, this 47-month open procurement procedure uses cost as the sole evaluation criterion. The framework agreement covers a 1-year initial period renewable three times for a maximum 4-year duration, serving all university departments and services with delivery and installation requirements across various university building locations. Located in Liège district with French language requirements, this opportunity targets established interior furnishing suppliers with expertise in large-scale institutional blind installations. With Université de Liège’s substantial procurement history showing €379M in total contract awards and established relationships with Belgian suppliers, this represents significant potential for qualified interior furnishing contractors.

Understanding the Tender Framework

This procurement operates under an open procedure, published on 2 September 2025 with applications due 2 October 2025, providing a 30-day window for bid preparation. Tender opening occurs on the same day as the deadline, 2 October 2025. The contract carries document ID 00570475-2025 and reference number PPP0O5-1281/5574/2523F, sourced through BOSA and TED.

The 47-month contract duration encompasses a 1-year framework agreement renewable three times for one-year periods each, creating maximum 4-year business relationship potential. The evaluation criteria use cost as the sole determining factor, indicating Université de Liège seeks the most competitive pricing for products meeting specified technical requirements. French language requirement for offers reflects institutional procurement requirements and coordination needs.

The contract is not financed with EU funds, indicating direct university funding for interior furnishing requirements. The supply-based nature with installation services requires suppliers with comprehensive capabilities spanning product procurement, delivery logistics, and professional installation services.

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

Understanding the Buyer Organization

Université de Liège operates as Belgium’s major French-speaking university, functioning as a body governed by public law with primary activity in education services. The organization maintains contact through marches@uliege.be and phone +32 43669686, with additional information available at http://www.uliege.be/.

The procurement context reveals substantial organizational activity from Université de Liège. The organization currently has 5 open tenders worth €722K total, indicating ongoing procurement operations. Historical data shows 369 renewals worth €223M and 785 contract awards totaling €379M, demonstrating Université de Liège operates as a major procurement entity within Belgium’s higher education sector.

The organization has completed 51 similar contract awards worth €5.9M, with 16 similar renewals worth €3M, showing established patterns in furnishing and equipment procurement with strong renewal activity. This data indicates successful suppliers face potential for contract extensions and future furnishing projects.

Université de Liège’s supplier base shows established relationships with diverse providers. Top contractors include BRUKER BELGIUM (€939K for 1 contract), BEDIMO (€888K for 1 contract), and LYRECO BENELUX (€552K for 1 contract). Contractor data shows primarily Belgian suppliers (28 contracts worth €5.2M) with some UK (3 contracts worth €515K) and Netherlands suppliers (2 contracts worth €174K), indicating preference for regional suppliers with direct service capabilities.

The broader market context shows 463 other buyers with similar projects totaling €682M, positioning this procurement within a substantial European market for institutional furnishing and interior equipment services.

Comprehensive Service Requirements

The tender specifies a framework agreement for supply and installation of interior blinds across all Université de Liège buildings. The comprehensive scope addresses all university departments and services, requiring suppliers to deliver and install products in perfect condition, franco of all charges, across various university building locations.

The framework structure indicates ongoing supply relationships rather than single-delivery contracts, requiring suppliers to maintain consistent product availability and service capabilities throughout the contract period. The technical specifications referenced in the special conditions document indicate detailed product and installation requirements beyond the basic scope description.

Performance requirements specify delivery and installation across different university building locations, requiring suppliers to understand campus logistics and coordinate installations during academic operations without disrupting educational activities. The documentation references Liège site plans as informational annexes, indicating comprehensive campus coverage requirements.

Installation services require professional capabilities ensuring proper fitting and functionality across diverse building types and window configurations within the university infrastructure. The franco delivery requirement places logistics responsibility on suppliers, requiring efficient distribution capabilities across the campus.

Market Positioning and Competition Analysis

The institutional furnishing market for higher education demonstrates specific requirements for large-scale installations and ongoing service relationships. The framework agreement structure indicates Université de Liège seeks reliable suppliers capable of sustained service delivery across multiple years rather than single-project contractors.

Market entry requires suppliers to demonstrate capabilities in institutional interior furnishing, large-scale installation coordination, and experience with educational facility requirements. The cost-only evaluation approach indicates suppliers must provide competitive pricing while meeting all specified technical and service requirements.

The €240,000 framework value over 4 years indicates opportunities for established furnishing suppliers with proven institutional capabilities. The renewable structure suggests consistent business volume for successful suppliers demonstrating reliable service delivery and competitive pricing.

Strategic Analysis Based on Documentation

Success factors emerge from the documented requirements and institutional context. The cost-only evaluation indicates suppliers must provide competitive pricing while demonstrating comprehensive capabilities in product supply, delivery logistics, and professional installation services. The 30-day application window provides adequate time for detailed cost calculation and service planning.

The established pattern of similar contract awards (51 awards worth €5.9M) and renewals (16 renewals worth €3M) suggests successful suppliers face strong potential for ongoing relationships and expanded university furnishing projects. The framework renewal mechanism (3 potential 1-year extensions) provides business stability for suppliers demonstrating consistent performance.

The comprehensive campus coverage requirement indicates suppliers must demonstrate logistical capabilities and installation coordination across diverse building types and operational schedules within the university environment.

Actionable Guidance

Based on the documented requirements, interested suppliers should verify their capabilities in large-scale institutional blind installations and demonstrate experience with educational facility requirements. The framework agreement structure requires evidence of sustained service delivery capabilities and consistent product quality across multi-year relationships.

The cost-only evaluation approach indicates suppliers should prepare detailed pricing strategies encompassing all delivery, installation, and service requirements while ensuring competitive market positioning. Evidence of successful institutional furnishing projects and educational sector experience will be essential for meeting service requirements.

The 2 October 2025 deadline requires preparation of French-language bid documentation within the 30-day window. Suppliers should contact Université de Liège directly at marches@uliege.befor detailed technical specifications and installation requirements not included in the basic tender notice.

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

Market Context and Related Opportunities

This procurement operates within the substantial European market for institutional furnishing services, as indicated by the 463 similar buyers with €682M total project value. The substantial renewal activity (16 renewals worth €3M) indicates ongoing university development creating sustained business opportunities beyond this specific framework.

The documented contractor relationships demonstrate opportunities for established furnishing suppliers specializing in institutional and educational projects. The contract values among top suppliers ranging from €87K to €939K indicate diverse project scales within Université de Liège’s furnishing procurement portfolio.

This tender represents an opportunity for qualified interior furnishing contractors to establish or strengthen relationships with Belgium’s major French-speaking university while demonstrating capabilities in comprehensive institutional blind supply and installation services within the higher education market.

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.

Fourniture et pose de stores dans lensemble des batiments de lULiege



Infraestruturas de Portugal STM Development and Certification – €21,500,000 Public Tender Analysis

Infraestruturas de Portugal has launched a €21,500,000 tender for the development and certification of STM (Sistema de Gestão de Tráfego – Traffic Management System) across two lots. Published on 2 September 2025 with applications due 22 September 2025, this open procurement procedure uses quality and price evaluation criteria with EU funding support. Lot 1 focuses on the Lisbon Metropolitan Area (€14,000,000) while Lot 2 covers Extra-Regional NUTS 3 territories (€7,500,000). The 20-day application window and Portuguese language requirement target established engineering consultancy firms with railway infrastructure expertise. With Infraestruturas de Portugal’s extensive procurement history showing €22B in total contract awards and strong relationships with specialized engineering consultants, this opportunity represents significant potential for firms specializing in railway traffic management systems and certification services.

Understanding the Tender Framework

This procurement operates under an open procedure, published on 2 September 2025 with applications due 22 September 2025, providing a 20-day window for bid preparation. Tender opening is scheduled for 23 September 2025, one day after the deadline. The contract carries document ID 00570728-2025 and reference number 10020551, sourced through TED (Tenders Electronic Daily).

The contract duration is not specified in the documentation, indicating this information will be detailed in the full tender specifications. The evaluation criteria combine quality and price considerations, showing Infraestruturas de Portugal seeks both competitive costs and proven technical capabilities. Portuguese language requirement for offers reflects domestic procurement requirements and technical documentation needs.

The contract benefits from EU funding support, indicating alignment with European infrastructure development programs. The service-based nature focuses on technical development and certification rather than physical construction, requiring suppliers with specialized engineering expertise and certification capabilities.

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

Understanding the Buyer Organization

Infraestruturas de Portugal operates as Portugal’s national railway infrastructure manager, functioning as a body governed by public law with primary activity in general public services. The organization maintains contact through publicar.dcl@infraestruturasdeportugal.pt and phone +351 212879000, with additional information available at https://www.infraestruturasdeportugal.pt.

The procurement context reveals substantial and consistent market activity from Infraestruturas de Portugal. The organization currently has 17 open tenders worth €160M total, demonstrating extensive ongoing procurement operations. Historical data shows 724 renewals worth €6.9B and 2.3K contract awards totaling €22B, indicating Infraestruturas de Portugal operates as a major procurement entity within Portugal’s infrastructure sector.

The organization has completed 494 similar contract awards worth €756M, with 190 similar renewals worth €230M, showing established patterns in engineering consultancy procurement. This data suggests successful suppliers face strong potential for future projects and contract renewals based on performance.

Infraestruturas de Portugal’s supplier base shows established relationships with specialized engineering consultancy providers. Top contractors include COBA CONSULTORES DE ENGENHARIA E AMBIENTE (€48M across 24 contracts), TPF CONSULTORES DE ENGENHARIA E ARQUITETURA (€38M across 26 contracts), and TECNOFISIL CONSULTORES DE ENGENHARIA (€33M across 40 contracts). Contractor data shows primarily Portuguese suppliers (448 contracts worth €633M) with some Spanish (30 contracts worth €104M), Swiss (2 contracts worth €18M), French (4 contracts worth €963K), and US suppliers (1 contract worth €895K).

The broader market context shows 858 other buyers with similar projects totaling €5.2B, positioning this procurement within a substantial European market for railway infrastructure engineering services.

Comprehensive Service Requirements

The tender specifies development and certification of STM (Sistema de Gestão de Tráfego – Traffic Management System) across two geographic divisions. The basic tender documentation provides limited technical details, indicating comprehensive specifications are contained in the full tender documents available through the provided links.

Lot 1 addresses STM development and certification for the Lisbon Metropolitan Area, valued at €14,000,000. Performance location specification as “Area Metropolitana de Lisboa” indicates work focused on Portugal’s capital region and surrounding metropolitan infrastructure. The higher value allocation suggests more complex technical requirements or larger geographic coverage within the metropolitan area.

Lot 2 covers STM development and certification for Extra-Regional NUTS 3 territories, valued at €7,500,000. The “Extra-Regio NUTS 3” designation typically refers to territories not belonging to any specific region at NUTS 2 level, often including special administrative areas or cross-border territories. This lot structure indicates specialized requirements for areas outside standard regional classifications.

Both lots use Quality and Price as award criteria, indicating evaluation will balance technical capabilities with cost competitiveness. The substantial contract values suggest comprehensive system development including design, implementation planning, testing procedures, and formal certification processes required for railway traffic management systems.

Market Positioning and Competition Analysis

The engineering consultancy market for railway infrastructure demonstrates specific competitive characteristics based on documented procurement history. Infraestruturas de Portugal’s established contractor base shows relationships with major Portuguese and international engineering firms capable of complex infrastructure projects. The quality and price evaluation approach balances technical expertise requirements with cost considerations.

Market entry requires suppliers to demonstrate capabilities in railway traffic management system development and certification processes. The EU funding support indicates compliance with European railway standards and procurement regulations will be required. The Portuguese language requirement suggests local presence or partnerships will be advantageous for project coordination and stakeholder communication.

The substantial contract values indicate opportunities for major engineering consultancy firms with established railway expertise. The two-lot structure allows for specialization based on geographic focus or technical capabilities, though suppliers could potentially bid for both lots if they demonstrate appropriate capacity.

Strategic Analysis Based on Documentation

Success factors emerge from the documented requirements and procurement history. The quality and price evaluation indicates suppliers must balance competitive pricing with demonstrated technical capabilities in railway traffic management and certification processes. The 20-day application window requires suppliers to have established capabilities and documentation ready for comprehensive bid preparation.

The established pattern of contract awards (494 similar awards worth €756M) and renewals (190 renewals worth €230M) suggests successful suppliers face strong potential for ongoing relationships and future project opportunities. The average contract values ranging from €163K to €2.4M among top contractors indicate diverse project scales and specialization opportunities.

The EU funding context indicates alignment with European railway development programs, potentially creating opportunities for broader European market access for successful suppliers.

Actionable Guidance

Based on the documented requirements, interested suppliers should verify their capabilities in railway traffic management system development and certification processes. The Portuguese language requirement and local performance locations suggest suppliers should establish appropriate local partnerships or capabilities for effective project delivery.

The quality and price evaluation approach indicates suppliers should prepare comprehensive technical documentation demonstrating railway expertise while presenting competitive pricing strategies. Evidence of successful STM development projects and certification experience will be important evaluation factors.

The 22 September 2025 deadline requires preparation of Portuguese-language bid documentation within the 20-day window. Suppliers should contact Infraestruturas de Portugal directly at publicar.dcl@infraestruturasdeportugal.pt for detailed technical specifications and requirements not included in the basic tender notice.

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

Market Context and Related Opportunities

This procurement operates within the broader European railway infrastructure development market, as indicated by the 858 similar buyers with €5.2B total project value. The substantial renewal activity (190 renewals worth €230M) indicates ongoing infrastructure development creating sustained business opportunities beyond this specific tender.

The documented contractor relationships demonstrate opportunities for established engineering consultancy firms specializing in railway infrastructure. Companies like COBA, TPF, and TECNOFISIL represent successful long-term partnerships with average contract values ranging from €834K to €2M, indicating consistent procurement patterns in the infrastructure engineering sector.

This tender represents an opportunity for qualified engineering consultancy firms to establish or strengthen relationships with Portugal’s national railway infrastructure manager while demonstrating capabilities in traffic management system development within the European railway development context.

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.

DESENVOLVIMENTO E CERTIFICACAO DE STM - Tender opportunity