Insights

Follow us and subscribe to our newsletter to keep in touch

How to Find the Right Consortium Partner for a Public Tender

Public tenders often require a wide range of expertise, financial capacity, and proven experience. Many companies join forces in consortia to increase their chances of winning. But not every partnership is a good fit. Choosing the right consortium partner can make the difference between a winning bid and a missed opportunity.

Below are the key criteria to consider when evaluating potential partners:

  1. Good relation with the customer: Ideally, your partner already has a trusted relationship with the contracting authority. Previous project references with the same buyer are especially valuable, as they demonstrate proven credibility.
  2. Price flexibility: This matters most in tenders for commodities, where multiple bidders offer very similar products. A partner who can adapt pricing strategies helps you stay competitive. Example: In web development tenders, where many firms offer comparable services, price often becomes the key differentiator.
  3. Complementary capacity: Public buyers often require strict minimum thresholds. A partner who brings financial strength, relevant technologies, project references, or expert CVs can make the consortium eligible and more attractive.
  4. Capacity to write the technical proposal: Winning tenders requires more than ticking boxes. Look for a partner who not only has the skills but is also ready to invest effort and resources into proposal writing. This is especially crucial for complex or niche products and services.
  5. Capacity to execute the contract: Submitting a strong proposal is only half the challenge. A partner with proven manpower, technical skills, relevant references, and geographical coverage ensures you can deliver what you promise.
  6. Track record and reputation of successful collaborations: Trust is built over time. Partners you’ve successfully worked with before and who enjoy a solid reputation in the market reduce uncertainty and increase efficiency during both the bidding and delivery phases.
  7. Avoid direct competitors if possible: Partnering with a company that directly competes with you in core areas can create conflicts of interest and weaken your negotiating position. Where possible, aim for partners whose strengths complement yours instead of overlap.

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

Additional Criteria to Strengthen Your Selection

  1. Shared strategic interest: The partnership works best when all parties genuinely benefit, not just financially but also strategically (e.g., entering a new market, building references).
  2. Aligned work culture: A consortium is not just a legal arrangement, it’s a team effort. Compatibility in communication, decision-making style, and professional standards prevents friction later on.
  3. Clear division of roles: Successful bids usually result from clear responsibilities. Partners who accept defined roles, whether technical, financial, or administrative help avoid duplication and conflict.
  4. Commitment to compliance: Public procurement comes with strict legal, financial, and ethical rules. A reliable partner must be fully compliant with regulations and transparent in operations.

Conclusion

Finding the right consortium partner is about much more than filling gaps in capacity. It’s about creating a credible, competitive, and trustworthy team that can win tenders and deliver contracts. Evaluate potential partners against the criteria above, and you’ll increase both your chances of success and the quality of the collaboration.

Sign up for free and see how Hermix helps you Win more public tenders: https://hermix.com/sign-up/

How to Find the Right Consortium Partner for a Public Tender - Knowledge base

Tender Analysis: M&Y Maintenance and Construction Dynamic Purchasing System – €519 Million Opportunity

M&Y Maintenance and Construction (The Regenda Group) has launched a massive 10-year Dynamic Purchasing System (DPS) worth €518,995,166.91 across 49 specialized construction categories. This open procurement system allows subcontractors to join at any time and compete for individual contracts across North West England’s housing maintenance and construction sector. With no minimum or maximum limits on successful applicants per category and work spanning residential, commercial, and historical properties, this represents one of the UK’s largest ongoing construction frameworks. Based on the documented structure and approach, the opportunity appears well-suited to established contractors with experience in social housing and maintenance work, offering potential for steady revenue streams through 2030.

Understanding the Tender Framework

This procurement opportunity operates as a Dynamic Purchasing System, fundamentally different from traditional tenders. Published on 23 November 2020 with applications accepted until 17 November 2030, the framework carries the document ID 562977-2020 and reference number ST1000022. The system remains open throughout its 120-month duration, allowing new contractors to apply continuously rather than within restrictive deadline windows.

The financial scope is substantial, with a total estimated value of €518,995,166.91 spread across comprehensive construction and maintenance services. The largest individual categories include Electrical Works at €40,463,077.44, Electrical Compliance at €38,215,128.70, Cladding Systems at €35,967,179.95, and Demolition at €29,223,333.71. This distribution reflects significant investment planned across electrical infrastructure and building safety improvements.

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

Understanding the Buyer Organization

M&Y Maintenance and Construction operates as a wholly owned commercial subsidiary of Regenda Ltd, functioning as a body governed by public law with primary focus on housing and community amenities. The organization maintains operations in North West England and can be contacted through Abbie Kelly, with additional information available at https://www.my-maintenance.co.uk/.

The document establishes that M&Y operates within The Regenda Group structure, indicating it functions as part of a larger organizational framework while maintaining subsidiary status. The combination of commercial subsidiary operations under public law governance suggests a hybrid operational model serving public housing sector needs.

The procurement context data provides insight into M&Y’s market activity. The system shows one similar renewal worth €506M, indicating established procurement patterns. The broader market context shows €991B total value across similar projects with other buyers (13K+ organizations), positioning this opportunity within a substantial sector-wide market for construction and maintenance services.

M&Y’s documented approach to supplier engagement includes hosting virtual supplier engagement events, with presentations made available via Proactis platform. The stated policy of accepting all applicants who meet standard selection criteria, with no minimum or maximum limits per category, indicates an open, capacity-focused approach to supplier management. The evaluation criteria of “most economic tender” establishes that price competitiveness will be a primary factor in individual contract awards.

Service Requirements

The DPS encompasses 49 distinct service categories, creating opportunities across the full spectrum of construction and maintenance work. Electrical services dominate the value allocation, with Electrical Works (€40.5M) covering domestic and commercial rewires, upgrades, renewable technologies, vehicle charging points, street lighting, and ICT infrastructure. Electrical Compliance (€38.2M) addresses critical safety requirements including fire alarms, smoke alarms, emergency lighting, air conditioning, ventilation systems, testing, and CCTV installation.

Building infrastructure represents another major component, with Cladding Systems (€36M) covering both insulated and non-insulated systems for internal and external applications. Demolition work (€29.2M) includes building and structure removal with disposal responsibilities, while Modular Units (€28.1M) address construction pods and prefabricated solutions.

The framework encompasses substantial specialist services including Scaffolding (€22.5M) covering design, towers, and fixed scaffolding systems, General Building and Masonry work (€22.5M), and significant allocations for Flooring and Ceiling Systems (€18M each). Additional major categories include Painting and Decorating (€16.9M), Piling Works (€14M), and Pre-cast Concrete work (€18M).

All work takes place across North West England (UKD), with the scope covering individual and communal residential sites as the primary focus, supplemented by commercial, industrial, historical, and new build projects. The document specifies work within social housing and private rented sector properties, reflecting M&Y’s core operational focus.

Market Positioning and Competition Analysis

The DPS structure creates an open competitive environment with specific characteristics that define the market opportunity. The document establishes that all applicants meeting standard selection criteria will be admitted to the DPS, with no minimum or maximum number limits per category. This creates a potentially large supplier base while ensuring all participants meet baseline qualifications.

Competition occurs at two levels: initial qualification for DPS membership and subsequent competitive tendering for individual contracts among qualified suppliers. The document specifies that all contracts will be awarded through competitive tender procedures among qualified DPS contractors, using “most economic tender” evaluation criteria.

The 49-category structure allows contractors to specialize in specific areas or diversify across multiple service types by applying for multiple categories. The range of values from €280,993.59 (Pest Control) to €40,463,077.44 (Electrical Works) accommodates both specialist service providers and larger multi-disciplinary contractors.

The 10-year framework duration provides long-term business development opportunities while requiring sustained performance and relationship management. The document indicates this is version 2 of the DPS, suggesting an established and refined procurement approach based on previous experience.

Analysis of the Opportunity

Several factors emerge from the documented structure that indicate key success requirements. The “most economic tender” evaluation approach establishes price competitiveness as the primary award criterion, requiring efficient cost management and competitive pricing strategies from participants.

The multi-category structure allows strategic approaches ranging from specialization in high-value categories to diversification across complementary service areas. The substantial electrical allocations (€78.7M combined) indicate significant modernization and compliance investment planned across the housing portfolio.

The document’s emphasis on social housing and private rental sector properties indicates specific regulatory and compliance requirements that participants must navigate. The inclusion of “tenanted properties” in multiple categories suggests work must be conducted with minimal disruption to residents.

The open application system through 2030 means the competitive landscape can evolve throughout the framework duration, requiring ongoing competitive positioning rather than initial qualification alone.

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

Guidance for Market Participants

Based on the documented requirements, interested contractors should focus on understanding the standard selection criteria, which are not detailed in the available documentation but represent the primary barrier to participation. The document indicates these criteria apply uniformly across all categories.

The multi-category application opportunity suggests contractors should carefully assess their capabilities against the detailed service descriptions provided for each lot. Categories with “may include provision of design services” (Architectural Features, Bathroom Installation, General Building/Masonry, Kitchen Installation) indicate additional technical capability requirements.

The document’s reference to virtual supplier engagement events and materials available via Proactis indicates M&Y provides ongoing support and communication for interested suppliers. The provision of event materials post-session suggests comprehensive information is available to guide application preparation.

Market Context and Future Considerations

The procurement data positions this opportunity within broader market trends. The €506M similar renewal indicates successful framework models generate continued investment, while the €991B broader market value across 13K+ similar buyers suggests this procurement model’s growing adoption across the social housing sector.

The 10-year duration provides extended business development opportunity for successful participants, while the DPS structure allows for evolving supplier relationships based on performance and capability development over time.

This DPS represents a substantial opportunity for construction and maintenance contractors to establish long-term partnerships within North West England’s social housing sector. The documented scale, duration, and comprehensive service scope offer significant revenue potential for contractors capable of meeting the standard selection criteria and competing effectively within the established framework structure.

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.

M&Y Maintenance and Construction Subcontractor Dynamic Purchasing System v2 - tender opportunity

Szpital Grochowski Medical Ventilators Procurement – €122,644 Medical Equipment Tender Analysis

Szpital Grochowski im. dr med. Rafała Masztaka sp. z o.o. has launched a €122,644.43 tender for the procurement of 4 ventilators for the Intensive Care Unit and Anesthesiology Department. Published on 2 September 2025 with applications due 18 September 2025, this open procurement procedure uses price as the sole evaluation criterion. The contract requires delivery of factory-new 2025 manufacturing year equipment with complete installation, configuration, and commissioning services at the hospital’s Warsaw facility. With a tight 16-day application window and Polish language requirement, this opportunity targets medical equipment suppliers with capabilities in respiratory equipment and hospital installation services.

Understanding the Tender Framework

This procurement operates under an open procedure, published on 2 September 2025 with applications due 18 September 2025, providing a 16-day window for bid preparation. Tender opening is scheduled for the same day as the deadline, 18 September 2025. The contract carries document ID 00570951-2025 and reference number ZPU/82/2025, sourced through TED (Tenders Electronic Daily).

The 1-month contract duration focuses on equipment delivery and installation. The evaluation criteria use price as the sole determining factor. Polish language requirement for offers reflects domestic procurement requirements. The contract is not financed with EU funds, indicating direct hospital funding for this medical equipment procurement.

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

Understanding the Buyer Organization

Szpital Grochowski operates as a public hospital in Warsaw, functioning as a body governed by public law with primary activity in healthcare services. The organization maintains contact through szp@grochowski.waw.pl and phone +48225152743, with additional information available at https://grochowski.waw.pl/. The hospital is located at ul. Grenadierów 51/59, 04-073 Warszawa.

The procurement data reveals substantial organizational activity. The hospital currently has no other open tenders but shows extensive historical procurement: 108 renewals worth €23M and 662 contract awards totaling €31M. The organization has completed 646 similar contract awards worth €29M, with 101 similar renewals worth €21M, indicating established medical equipment procurement patterns.

The hospital’s documented supplier base includes BIALMED SP Z O.O. (€1.3M across 32 contracts), URTICA SPZOO (€1.3M across 20 contracts), and ROCHE (€2.2M across 17 contracts). Contractor data shows primarily Polish suppliers (492 contracts worth €28M) with some Hungarian suppliers (9 contracts worth €1.5M). The broader market context shows 36K other buyers with similar projects totaling €19B.

Comprehensive Service Requirements

The tender specifies procurement of 4 ventilators specifically for the Intensive Care Unit and Anesthesiology Department. According to the documentation, detailed technical and functional parameters are specified in attachment number 2, which contains specific medical device requirements not included in the basic tender notice.

Contractor obligations are comprehensively defined in the tender documentation. Suppliers must provide transportation of medical equipment to the hospital facility at their own cost and risk, including unloading and internal transport to locations specified by the hospital. Technical services require connection, configuration, and commissioning of the medical equipment as part of the delivery package.

Equipment specifications require factory-new, non-exhibition medical equipment manufactured in 2025. Suppliers must also handle packaging disposal and waste management at their own cost following equipment delivery. The documentation states that suppliers must include all costs related to contract execution, including requirements specified in the main specification document and technical attachments.

Delivery completion requires equipment delivery to the hospital address (Szpitala Grochowskiego im. dr med. Rafała Masztaka sp. z o.o., ul. Grenadierów 51/59, 04-073 Warszawa) with full commissioning at the location specified by the hospital administration.

Market Positioning and Analysis

Based on the documented procurement data, this tender operates within an established market for medical equipment procurement. The price-only evaluation approach indicates the hospital has detailed technical specifications that qualifying equipment must meet, with contract award based on competitive pricing among compliant offers.

The contract value of €122,644 for 4 units indicates substantial investment. The 2025 manufacturing year requirement means suppliers must provide current-year production rather than existing inventory. The comprehensive service package including installation and commissioning requires suppliers to demonstrate technical capabilities in hospital medical equipment integration.

Note: While external sources confirm Poland has an active market for hospital ventilator procurement and that similar equipment procurement is common in European healthcare systems, specific market positioning analysis beyond what’s documented in the tender data represents analytical interpretation rather than verified facts.

Strategic Considerations Based on Documentation

The documented requirements suggest several factors for potential suppliers. The price-only evaluation indicates competitive pricing will be the determining factor among technically compliant offers. The 16-day application window requires suppliers to have established capabilities and documentation ready for rapid response.

The established pattern of contract awards (646 similar awards worth €29M) and renewals (101 renewals worth €21M) documented in the buyer profile suggests ongoing procurement activity, though specific predictions about future opportunities would be speculative.

Actionable Guidance

Based on the documented requirements, interested suppliers should verify their regulatory status for medical device supply in Poland. The detailed technical requirements in attachment number 2 require thorough review to ensure equipment compatibility with hospital systems and clinical requirements.

The price-only evaluation approach indicates suppliers should prepare competitive pricing strategies while ensuring full compliance with technical specifications. Evidence of 2025 manufacturing capability will be necessary for meeting the specified equipment requirements.

The 18 September 2025 deadline requires preparation of Polish-language bid documentation within the 16-day window. Suppliers should contact Szpital Grochowski directly at szp@grochowski.waw.pl 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

This procurement operates within the broader European medical equipment market, as indicated by the 36K similar buyers with €19B total project value documented in the tender data. The hospital’s documented renewal activity (101 renewals worth €21M) indicates ongoing procurement operations beyond this specific tender.

The documented contractor relationships show business activity with medical equipment suppliers, with companies like BIALMED, URTICA, and ROCHE representing established partnerships with contract values ranging from €47K to €136K average per contract, indicating consistent procurement patterns in the medical equipment sector based on the provided data.

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.

Zakup respiratorów dla potrzeb Oddziału Intensywnej Terapii i Anestezjologii - 4szt - tender opportunity

Region Gotland SCADA Integration Water and Wastewater Systems – €1,348,703 Public Tender Analysis

Region Gotland has launched a €1,348,702.55 tender for SCADA integration services for water and wastewater systems (VA). Published on 2 September 2025 with applications due 29 September 2025, this 47-month negotiated procurement procedure with prior publication targets specialized automation and control systems providers. The contract encompasses consultancy work, specific materials, and licenses for SCADA integrations within Gotland’s water infrastructure. Located in Gotlands län with Swedish language requirements, this opportunity suits established industrial automation companies with expertise in water utility control systems and SCADA implementation. With Region Gotland’s substantial procurement history showing €674M in total contract awards and established relationships with Swedish contractors, this represents significant potential for qualified automation and control systems specialists.

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 00569770-2025, sourced through TED (Tenders Electronic Daily).

The 47-month contract duration provides nearly four years for comprehensive SCADA integration implementation and support services. The evaluation criteria are listed as unknown in the basic documentation, indicating detailed methodology will be specified in the consultation documents. Swedish language requirement for offers reflects domestic procurement requirements and technical coordination needs.

The contract is not financed with EU funds, indicating direct regional funding for water infrastructure automation systems. The service-based nature with materials and licensing components requires suppliers with comprehensive SCADA integration capabilities spanning consulting, equipment supply, and software licensing.

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

Understanding the Buyer Organization

Region Gotland operates as Sweden’s regional authority for Gotland island, functioning as a body governed by public law with primary activity in water-related services. The organization maintains contact through regiongotland@gotland.se and phone 0498269000.

The procurement context reveals substantial organizational activity from Region Gotland. The organization currently has 5 open tenders worth €95M total, indicating extensive ongoing procurement operations. Historical data shows 353 renewals worth €518M and 783 contract awards totaling €674M, demonstrating Region Gotland operates as a major procurement entity within Sweden’s regional sector.

The organization has completed 6 similar contract awards worth €62M, with 7 similar renewals worth €47M, showing established patterns in automation and control systems procurement with strong renewal activity. This data indicates successful suppliers face potential for contract extensions and future infrastructure projects.

Region Gotland’s supplier base shows established relationships with Swedish contractors. Top contractors include SKANSKA (€26M for 1 contract), NYBERGS ENTREPRENAD AKTIEBOLAG (€19M for 1 contract), and WISAB BYGG (€14M for 1 contract), with B EE AUTOMATION (€941K for 1 contract) representing relevant automation sector experience. All documented contractors operate from Sweden, indicating preference for domestic suppliers with direct service capabilities.

The broader market context shows 98 other buyers with similar projects totaling €583M, positioning this procurement within a substantial Nordic market for water infrastructure automation and SCADA integration services.

Comprehensive Service Requirements

The tender specifies SCADA integration services for water and wastewater systems (VA – Vatten och Avlopp). The project encompasses consultancy work, specific materials, and software licenses for SCADA system integrations within Gotland’s water infrastructure.

SCADA (Supervisory Control and Data Acquisition) systems provide centralized monitoring and control capabilities for water treatment facilities, distribution networks, and wastewater management systems. The integration work requires technical expertise in industrial automation, water utility operations, and control system implementation.

The consultancy component indicates requirements for technical planning, system design, integration strategy development, and ongoing technical support throughout the implementation process. The materials component suggests hardware procurement including control systems, sensors, communication equipment, and integration components.

Software licensing requirements indicate procurement of SCADA platform licenses, potentially including development tools, runtime systems, and specialized water utility management applications. Performance location in Gotlands län requires understanding of island infrastructure constraints and regional operational requirements.

Market Positioning and Competition Analysis

The water infrastructure automation market demonstrates specialized technical requirements for SCADA integration and water utility expertise. The negotiated procedure with prior publication suggests competitive evaluation among pre-qualified specialists rather than open competition.

Market entry requires suppliers to demonstrate capabilities in water utility SCADA systems, industrial automation expertise, and experience with comprehensive system integration projects. The 47-month duration indicates substantial project commitment requiring sustained technical support and system evolution capabilities.

The €1.35M contract value indicates opportunities for established automation companies with proven water utility capabilities. The documented renewal activity (7 renewals worth €47M) suggests consistent demand for ongoing system maintenance and expansion services.

Strategic Analysis Based on Documentation

Success factors emerge from the documented requirements and water utility context. The negotiated procedure approach indicates suppliers must demonstrate specific qualifications and experience in water infrastructure automation during the candidate evaluation phase. The 27-day application window requires suppliers to have established capabilities and relevant project references ready.

The established pattern of similar contract awards (6 awards worth €62M) and renewals (7 renewals worth €47M) suggests successful suppliers face strong potential for ongoing relationships and expanded infrastructure automation projects. The presence of B EE AUTOMATION among documented contractors indicates established market for specialized automation services.

The island location context requires suppliers to understand logistical considerations and potentially remote system support requirements for Gotland’s water infrastructure.

Actionable Guidance

Based on the documented requirements, interested suppliers should prepare comprehensive candidate submissions demonstrating experience in water utility SCADA integration and industrial automation projects. The comprehensive scope requires evidence of successful consulting, materials supply, and software licensing coordination.

The negotiated procedure approach indicates suppliers should emphasize relevant project references, technical capabilities, and water utility sector experience during the candidate evaluation phase. Demonstration of expertise in island or remote infrastructure projects will be advantageous given Gotland’s geographic context.

The 29 September 2025 deadline requires preparation of Swedish-language candidate documentation within the 27-day window. Suppliers should contact Region Gotland directly at regiongotland@gotland.se for detailed consultation documents and specific technical 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 Nordic market for water infrastructure automation, as indicated by the 98 similar buyers with €583M total project value. The substantial renewal activity (7 renewals worth €47M) indicates ongoing infrastructure development creating sustained business opportunities beyond this specific tender.

The documented contractor relationships demonstrate opportunities for specialized automation companies with water utility expertise. The substantial contract values among top contractors ranging from €941K to €26M indicate diverse project scales within Region Gotland’s infrastructure procurement portfolio.

This tender represents an opportunity for qualified SCADA integration specialists to establish or strengthen relationships with Sweden’s regional authorities while demonstrating capabilities in comprehensive water infrastructure automation within the Nordic market 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.

SCADA integration VA- tender opportunity

TRAGSA Spinosad 0.024% Supply Contract – €358,833 Agricultural Pest Control Tender AnalysisPublic Tender Analysis: M&Y Maintenance and Construction Dynamic Purchasing System – €519 Million Opportunity

TRAGSA (Empresa de Transformación Agraria) has launched a €358,832.98 tender for the supply of Spinosad 0.024% pesticide to conduct phytosanitary treatments in the official campaign against Ceratitis Capitata Wied, Bactrocera Oleae Gmelin and other pests in the Valencia Community. This 7-month contract represents a strategic procurement for agricultural pest management in one of Spain’s most important agricultural regions. The open procurement procedure with quality and price evaluation criteria indicates TRAGSA seeks both competitive pricing and proven product effectiveness. Given the tight application deadline of 16 September 2025 and the specialized nature of agricultural pest control chemicals, this opportunity targets established agro-chemical suppliers with regulatory compliance capabilities and distribution networks in the Valencia region.

Understanding the Tender Framework

This procurement operates under an open procedure, published on 2 September 2025 with applications due by 16 September 2025, providing a 14-day window for bid preparation. The contract carries document ID 00571798-2025 and reference number TSA0081511, sourced through TED (Tenders Electronic Daily). The 7-month contract duration suggests alignment with specific agricultural seasons and pest control cycles in the Valencia Community.

The financial scope totals €358,832.98 for a single lot covering the complete supply requirement. The evaluation criteria combine quality and price considerations, indicating TRAGSA requires both competitive cost and proven product performance. The contract specifies supplies rather than services, focusing on product delivery rather than application services. Spanish language requirement for offers reflects the domestic focus and regulatory environment of the procurement.

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

Understanding the Buyer Organization

TRAGSA (Empresa de Transformación Agraria S.A., S.M.E., M.P.) operates as a body governed by public law with primary focus on environmental protection. The organization maintains contact through contratacion@tragsa.es and phone +34 913963667, with additional information available at http://www.tragsa.es. TRAGSA functions as Spain’s state-owned company specializing in agricultural transformation and environmental services.

The procurement context reveals significant market activity from TRAGSA. The organization currently has 18 open tenders worth €49M total, demonstrating substantial ongoing procurement activity. Historical data shows 458 renewals worth €4.7B and 2.4K contract awards totaling €563M, indicating TRAGSA operates as a major procurement entity within Spain’s agricultural and environmental sectors. The organization has completed 32 similar contract awards worth €7.7M, suggesting established patterns in agricultural chemical procurement.

TRAGSA’s supplier base shows concentration among specialized agro-chemical providers. Top contractors include PROBODELT (€2.2M across 3 contracts), CORTEVA (€1.3M across 2 contracts), and ACIDEKA (€1M across 4 contracts). All identified contractors operate from Spain, indicating preference for domestic suppliers in agricultural chemical procurement. The average contract value of €429K across 31 contracts suggests TRAGSA typically procures agricultural chemicals in substantial volumes.

Comprehensive Service Requirements

The tender specifies supply of Spinosad 0.024% concentration pesticide for phytosanitary treatments targeting specific agricultural pests. Ceratitis Capitata Wied (Mediterranean fruit fly) represents a major threat to citrus and other fruit crops throughout the Mediterranean region. Bactrocera Oleae Gmelin (olive fruit fly) poses significant risks to olive production, crucial to Valencia’s agricultural economy. The inclusion of “other pests with official campaigns” indicates the product must be suitable for broader pest management applications beyond the specifically named species.

Performance location in Valencia/Valencia reflects the geographic focus on the Valencia Community, one of Spain’s most productive agricultural regions. The Community of Valencia produces significant quantities of citrus fruits, vegetables, and other crops vulnerable to the targeted pest species. The official campaign designation indicates this procurement supports government-mandated pest control programs rather than commercial agricultural operations.

The Spinosad concentration specification (0.024%) requires suppliers to provide products meeting precise regulatory standards for agricultural pest control applications. Spinosad represents a naturally-derived insecticide with specific modes of action against target pest species while maintaining relatively low environmental impact compared to synthetic alternatives.

Market Positioning and Competition Analysis

The agro-chemical supply market for public sector pest control programs demonstrates specific competitive characteristics. TRAGSA’s historical contractor base shows established relationships with specialized suppliers capable of meeting regulatory requirements for agricultural chemical supply. The quality and price evaluation approach balances cost considerations with product performance requirements, crucial for effective pest management programs.

Market entry requires suppliers to demonstrate regulatory compliance for agricultural chemical distribution in Spain, including appropriate licensing for pesticide supply and distribution. The Valencia location requirement suggests suppliers need established distribution networks or partnerships within the Valencia Community to ensure timely and compliant product delivery.

The 7-month contract duration aligns with agricultural pest management cycles, requiring suppliers to maintain consistent product availability and quality throughout the treatment period. The €358,833 contract value represents substantial volume procurement, suggesting economies of scale opportunities for qualified suppliers.

Strategic Analysis of the Opportunity

Success factors emerge from the documented requirements and market context. The quality and price evaluation indicates suppliers must balance competitive pricing with demonstrated product effectiveness and regulatory compliance. The tight 14-day application window requires suppliers to have pre-established capabilities and documentation ready for rapid response.

The specific pest targets (Ceratitis Capitata and Bactrocera Oleae) require suppliers to demonstrate technical knowledge of pest biology and treatment protocols. The official campaign context indicates suppliers must understand public sector procurement requirements and compliance standards beyond commercial agricultural sales.

The Valencia Community focus suggests regional distribution capabilities or partnerships will be advantageous. The 7-month duration requires suppliers to maintain consistent product availability and storage capabilities throughout the contract period.

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

Actionable Guidance for Market Participants

Interested suppliers should immediately verify their regulatory status for agricultural chemical supply in Spain, ensuring all necessary licenses and certifications are current and properly documented. The Spinosad 0.024% specification requires suppliers to demonstrate access to products meeting exact concentration requirements and regulatory standards.

The quality and price evaluation approach suggests suppliers should prepare comprehensive technical documentation demonstrating product effectiveness against target pest species while presenting competitive pricing strategies. Evidence of successful pest control outcomes and regulatory compliance will be crucial evaluation factors.

The 16 September 2025 deadline requires rapid preparation of Spanish-language bid documentation. Suppliers should contact TRAGSA directly at contratacion@tragsa.es for detailed specifications and bid requirements not included in the basic tender notice.

Market Context and Strategic Implications

This procurement reflects broader trends in agricultural pest management toward environmentally responsible products like Spinosad. The official campaign designation indicates government commitment to systematic pest control programs supporting agricultural productivity in key regions like Valencia.

The substantial renewal activity (6 similar renewals worth €11M) suggests successful suppliers can expect potential for contract extensions or similar future opportunities. TRAGSA’s position as a major agricultural services provider indicates ongoing procurement opportunities beyond this specific contract.

This tender represents an opportunity for qualified agro-chemical suppliers to establish relationships with Spain’s primary agricultural transformation organization while contributing to official pest management programs in one of Europe’s most important agricultural regions.

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.

M&Y Maintenance and Construction Dynamic Purchasing System – €519 Million Opportunity



Office of Public Works Scattery Island Visitor Experience Project – €300,000 Public Tender Analysis

The Office of Public Works (OPW) has launched a €300,000 tender for the development of a comprehensive visitor experience plan and enhanced wayfinding and interpretation scheme at Scattery Island in County Clare. Published on 2 September 2025 with applications due 26 September 2025, this 36-month open procurement procedure targets interpretive design consultancy teams with capabilities in heritage site development. The project encompasses five distinct stages from preliminary design through handover and maintenance, requiring expertise in visitor interpretation, wayfinding systems, and heritage site enhancement. With OPW’s substantial procurement history showing €1.2B in total contract awards and established relationships with design and engineering consultants, this opportunity suits firms specializing in heritage tourism development and interpretive design services.

Understanding the Tender Framework

This procurement operates under an open procedure, published on 2 September 2025 with applications due 26 September 2025, providing a 24-day window for bid preparation. Tender opening occurs on the same day as the deadline, 26 September 2025. The contract carries document ID 00570783-2025, sourced through TED (Tenders Electronic Daily).

The 36-month contract duration provides substantial time for comprehensive project development across all specified stages. The evaluation criteria are listed as unknown in the basic documentation, indicating detailed evaluation methodology will be specified in the full tender documents. English language requirement for offers reflects Ireland’s procurement practices and project communication needs.

The contract is not financed with EU funds, indicating direct OPW funding for this heritage site development project. The service-based nature requires multidisciplinary expertise spanning interpretive strategy, design consultation, project management, and technical implementation services.

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

Understanding the Buyer Organization

The Office of Public Works (OPW) operates as Ireland’s state agency responsible for public building management and heritage services, functioning as a body governed by public law with primary activity in general public services. The organization maintains contact through desmond.lowry@opw.ie and phone +353 46 942 2753, with additional information available at https://www.gov.ie/en/organisation/office-of-public-works/.

The procurement context reveals substantial organizational activity from OPW. The organization currently has 8 open tenders worth €320K total, with 7 similar open tenders worth €320K, indicating focused activity in comparable consultancy services. Historical data shows 603 renewals worth €2.4B and 819 contract awards totaling €1.2B, demonstrating OPW operates as a major procurement entity within Ireland’s public sector.

The organization has completed 372 similar contract awards worth €651M, with 245 similar renewals worth €397M, showing established patterns in consultancy and design services procurement. This data indicates successful suppliers face strong potential for future projects and contract renewals based on performance.

OPW’s supplier base shows established relationships with diverse consultancy providers. Top contractors include MOTT MACDONALD IRELAND (€21M across 4 contracts), JACOBS ENGINEERING (€6.1M across 5 contracts), and DBFL CONSULTING ENGINEERS (€5.7M across 4 contracts). Contractor data shows primarily Irish suppliers (308 contracts worth €635M) with some UK (34 contracts worth €16M), German (2 contracts worth €570K), and Greek suppliers (1 contract worth €30K).

The broader market context shows 4.7K other buyers with similar projects totaling €36B, positioning this procurement within a substantial international market for heritage and interpretive design services.

Comprehensive Service Requirements

The tender specifies comprehensive visitor experience development for Scattery Island in County Clare. The project requires appointment of an interpretive design consultancy team to deliver a complete visitor interpretation project including development of a Visitor Experience Plan and design and implementation of a Wayfinding and Interpretation Scheme.

The project structure encompasses five distinct stages with specific deliverables. Stage (i) covers Preliminary Design including development of an Interpretative Strategy and Concept Design. Stage (ii) addresses Detailed Design development. Stage (iii) handles Tender Action, Evaluation, and Award processes. Stage (iv) covers Technical Design for Construction/Fitout and Contract Administration including fitout and production supervision, installation and snagging. Stage (v) manages Handover and Maintenance activities.

Performance location is specified as Dublin, though the project focuses on Scattery Island in County Clare. This indicates project management and coordination will be Dublin-based while implementation occurs at the heritage site location. The comprehensive scope requires suppliers to demonstrate capabilities across multiple disciplines including interpretive strategy, design consultation, project management, technical implementation, and maintenance planning.

The documentation specifies that responses must be uploaded as a ZIP FILE, indicating specific technical submission requirements. The full suite of requirements is contained within the tender documents, suggesting detailed technical specifications and performance requirements beyond the basic scope description.

Market Positioning and Competition Analysis

The interpretive design consultancy market for heritage sites demonstrates specific competitive characteristics based on documented procurement history. OPW’s established contractor base shows relationships with major engineering and design consultancy firms capable of complex heritage and interpretive projects. The project’s comprehensive scope from strategy through implementation requires suppliers with multidisciplinary capabilities.

Market entry requires suppliers to demonstrate expertise in heritage site interpretation, visitor experience planning, wayfinding system design, and project implementation across the specified five-stage process. The 36-month duration indicates substantial project commitment requiring established operational capabilities and project management expertise.

The €300,000 contract value indicates opportunities for mid-scale consultancy projects with comprehensive scope requirements. The multi-stage structure suggests suppliers need capabilities spanning strategic planning, design development, procurement management, technical implementation, and ongoing maintenance support.

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

Strategic Analysis Based on Documentation

Success factors emerge from the documented requirements and procurement history. The comprehensive five-stage approach requires suppliers to demonstrate capabilities across the complete project lifecycle from initial strategy development through final handover and maintenance. The 24-day application window requires suppliers to have established capabilities and documentation ready for comprehensive bid preparation.

The established pattern of contract awards (372 similar awards worth €651M) and renewals (245 renewals worth €397M) suggests successful suppliers face strong potential for ongoing relationships and future heritage project opportunities. The average contract values ranging from €77K to €7M among top contractors indicate diverse project scales and specialization opportunities within OPW’s procurement portfolio.

The heritage site focus indicates suppliers must understand cultural heritage interpretation, visitor engagement strategies, and implementation within sensitive historical environments.

Actionable Guidance

Based on the documented requirements, interested suppliers should verify their capabilities across the complete five-stage project process including interpretive strategy development, detailed design, procurement management, technical implementation, and maintenance planning. The heritage site context requires demonstrated experience in cultural heritage interpretation and visitor experience development.

The comprehensive scope suggests suppliers should prepare multidisciplinary team proposals demonstrating expertise in interpretive design, wayfinding systems, project management, and technical implementation. Evidence of successful heritage site projects and visitor experience development will be important evaluation factors.

The 26 September 2025 deadline requires preparation of English-language bid documentation within the 24-day window, submitted as ZIP file format. Suppliers should contact OPW directly at desmond.lowry@opw.ie for detailed specifications and requirements not included in the basic tender notice.

Market Context and Related Opportunities

This procurement operates within a substantial international market for heritage and interpretive design services, as indicated by the 4.7K similar buyers with €36B total project value. The substantial renewal activity (245 renewals worth €397M) indicates ongoing heritage development creating sustained business opportunities beyond this specific tender.

The documented contractor relationships demonstrate opportunities for established design and engineering consultancy firms specializing in heritage and interpretive projects. Companies like MOTT MACDONALD, JACOBS ENGINEERING, and DBFL CONSULTING represent successful partnerships with contract values ranging from €1.5M to €7M average, indicating consistent procurement patterns in the heritage development sector.

This tender represents an opportunity for qualified interpretive design consultancy teams to establish or strengthen relationships with Ireland’s primary heritage services agency while demonstrating capabilities in comprehensive visitor experience development and heritage site interpretation.

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

No credit card required, not questions asked. 

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

Provision-of-services-to-develop-a-Visitor-Experience-Plan-and-design-of-enhanced-Wayfinding-and-Interpretation-at-Scattery-Island-in-County-Clare - tender opportunity

Mutua Balear Building Cleaning Services – €1,027,772 Public Tender Analysis

Mutua Balear, Spain’s workplace accident and occupational disease mutual insurance organization, has launched a €1,027,772.19 tender for building cleaning services across its facilities. This 24-month contract divides into two geographic lots: Balearic Islands and Peninsula operations (€802,064.38) and Canary Islands operations (€225,707.81). Published on 2 September 2025 with applications due 26 September 2025, the open procurement procedure uses quality and price evaluation criteria. The tender excludes hospital facilities from the scope, focusing on standard office and administrative buildings. With historical procurement data showing similar contract values and established supplier relationships, this opportunity targets professional cleaning companies with multi-regional capabilities and experience serving public sector organizations.

Understanding the Tender Framework

This procurement operates under an open procedure, published on 2 September 2025 with a 24-day application window closing 26 September 2025. Tender opening is scheduled for 14 October 2025, providing transparency in the evaluation process. The contract carries document ID 00570849-2025 and reference number 2025-SES-058, sourced through TED (Tenders Electronic Daily).

The 24-month contract duration provides medium-term stability for both buyer and suppliers, allowing for operational consistency while maintaining reasonable contract management cycles. The evaluation criteria combine quality and price considerations, indicating Mutua Balear seeks both competitive costs and proven service delivery capabilities. Spanish language requirement for offers reflects the domestic nature of the services and regulatory environment.

The contract is not financed with EU funds, indicating direct organizational funding for cleaning services operations. The service-based nature focuses on ongoing operational support rather than capital procurement, requiring suppliers with established service delivery capabilities and staff management systems.

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

Understanding the Buyer Organization

Mutua Balear operates as the workplace accident and occupational disease mutual insurance organization number 183 within Spain’s social security system. The organization functions as a body governed by public law with primary activity in general public services. Contact is maintained through contratacion@mutuabalear.es and phone +034 971213423, with additional information available at http://www.mutuabalear.es.

The procurement context reveals moderate but consistent market activity from Mutua Balear. The organization currently has 2 open tenders worth €1.2M total, indicating ongoing procurement operations. Historical data shows 27 renewals worth €25M and 56 contract awards totaling €8.9M, demonstrating established procurement patterns and organizational stability. The organization has completed 3 similar contract awards worth €1.7M, with 1 similar renewal worth €796K, indicating established cleaning service requirements and renewal patterns.

Mutua Balear’s supplier base shows established relationships with professional cleaning service providers. Historical contractors include MANTELNOR LIMPIEZAS (€761K for 1 contract), EULEN (€717K for 1 contract), and LIMCAMAR (€182K for 1 contract). All identified contractors operate from Spain, indicating preference for domestic suppliers with direct operational capability. The average contract value of €553K across 3 contracts aligns closely with the current tender’s structure and scope.

The broader market context shows 1.7K other buyers with similar projects totaling €15B, positioning Mutua Balear within a substantial sector-wide market for institutional cleaning services. This indicates established competitive markets and supplier capabilities for public sector cleaning contracts.

Comprehensive Service Requirements

The tender specifies cleaning services for buildings linked to Mutua Balear, explicitly excluding hospital facilities from the scope. The contract covers both ordinary and extraordinary cleaning services plus complementary services for Mutua Balear installations. This indicates requirements beyond basic cleaning to include specialized or periodic deep cleaning and additional facility maintenance support services.

Lot 1 covers cleaning services for the Balearic Islands (except hospital) and Peninsula operations, valued at €802,064.38. Performance locations specified as Eivissa y Formentera, Mallorca, and Menorca require suppliers to provide services across the complete Balearic archipelago. The Peninsula component suggests additional mainland Spanish facilities requiring coordinated service delivery.

Lot 2 addresses cleaning services for Canary Islands operations, valued at €225,707.81. Despite the lot description specifying Canary Islands, the performance location is listed as Eivissa y Formentera, Mallorca, and Menorca, which appears to be a documentation error in the tender notice. The separate lot structure indicates distinct operational requirements or supplier coordination needs for different geographic regions.

Both lots use Price and Quality as award criteria, indicating evaluation will balance cost competitiveness with service delivery capabilities, staff qualifications, and operational procedures. The multi-regional structure requires suppliers to demonstrate capacity for coordinated service delivery across island locations and potentially mainland facilities.

Market Positioning and Competition Analysis

The professional cleaning services market for mutual insurance organizations demonstrates specific competitive characteristics. Mutua Balear’s historical contractor base shows established relationships with major Spanish cleaning companies capable of multi-regional service delivery. The quality and price evaluation approach balances cost considerations with service reliability requirements, crucial for maintaining professional office environments.

Market entry requires suppliers to demonstrate capability for multi-regional operations across island locations, requiring either direct presence or established partnerships in the Balearic Islands and potentially Canary Islands. The 24-month contract duration provides sufficient stability for suppliers to establish operational infrastructure while allowing for performance-based relationship development.

The contract values indicate substantial operational scope, with Lot 1 representing the larger commitment at €802K over 24 months (approximately €33K monthly) and Lot 2 at €226K over 24 months (approximately €9K monthly). These scales suggest requirements for professional cleaning companies with established staff and operational systems rather than small local providers.

Strategic Analysis of the Opportunity

Success factors emerge from the documented requirements and market context. The quality and price evaluation indicates suppliers must balance competitive pricing with demonstrated service delivery capabilities, staff training programs, and operational reliability. The 24-day application window provides reasonable time for comprehensive bid preparation and partnership development if needed.

The multi-regional nature requires suppliers to demonstrate operational coordination capabilities across island locations. The exclusion of hospital facilities indicates focus on standard office cleaning requirements rather than specialized medical facility protocols, potentially broadening the pool of qualified suppliers.

The established pattern of similar contract awards (€1.7M across 3 contracts) and renewals (€796K for 1 renewal) suggests successful suppliers can expect potential for contract extensions or similar future opportunities. The average contract value of €553K aligns well with current lot sizes, indicating consistent procurement patterns.

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

Actionable Guidance for Market Participants

Interested suppliers should immediately verify their capabilities for multi-regional service delivery across the specified island locations. The combination of Balearic Islands, Peninsula, and potentially Canary Islands operations requires significant logistical coordination and local presence or partnerships.

The quality and price evaluation approach suggests suppliers should prepare comprehensive service delivery documentation demonstrating staff training, operational procedures, quality control systems, and cost-effective service delivery. Evidence of successful public sector cleaning contracts and regulatory compliance will be important evaluation factors.

The 26 September 2025 deadline requires preparation of Spanish-language bid documentation within the 24-day window. Suppliers should contact Mutua Balear directly at contratacion@mutuabalear.es for detailed specifications and technical requirements not included in the basic tender notice.

Market Context and Related Opportunities

This procurement operates within a substantial market for institutional cleaning services, as indicated by the 1.7K similar buyers with €15B total project value. The mutual insurance organization context suggests potential for similar opportunities with other mutual organizations within Spain’s social security system.

The established renewal pattern (1 renewal worth €796K) indicates successful suppliers can expect potential for contract extensions based on performance. Mutua Balear’s consistent procurement activity (56 total contract awards worth €8.9M) suggests ongoing service requirements beyond this specific tender.

This tender represents an opportunity for qualified cleaning service providers to establish relationships with Spain’s workplace mutual insurance system while demonstrating multi-regional service delivery capabilities across strategically important island and mainland locations.

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.

Servicio de limpieza de edificios vinculados a Mutua Balear - Tender opportunity



Instituto de Gestão Financeira da Educação Digital Education Platform Services – €497,772 Public Tender Analysis

Instituto de Gestão Financeira da Educação IP (IGeFE) has launched a €497,772 tender for orchestration and support services for Portugal’s Digital Education Platform (PDE). Published on 2 September 2025 with applications due 28 September 2025, this open procurement procedure uses price as the sole evaluation criterion. The contract addresses comprehensive platform management and technical support services for Portugal’s national digital education infrastructure. Located in the Lisbon Metropolitan Area with Portuguese language requirements, this opportunity targets established IT services providers with expertise in educational technology platforms and digital infrastructure management. With IGeFE showing €26M in total contract awards and strong relationships with Portuguese IT service providers, this represents substantial business potential for qualified technology consulting firms.

Understanding the Tender Framework

This procurement operates under an open procedure, published on 2 September 2025 with applications due 28 September 2025, providing a 26-day window for bid preparation. The contract carries document ID 00570836-2025 and reference number 67/2025/IGeFE/CPI, sourced through TED (Tenders Electronic Daily).

The contract duration is listed as unknown in the basic documentation, indicating specific timeframes will be detailed in the full tender specifications. The evaluation criteria use price as the sole determining factor, indicating IGeFE seeks the most competitive cost for services meeting specified technical requirements. Portuguese language requirement for offers reflects domestic procurement requirements and educational system integration needs.

The contract is not financed with EU funds, indicating direct institutional funding for digital education platform services. The service-based nature requires technical expertise in platform orchestration, system integration, and ongoing support capabilities for educational technology infrastructure.

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

Understanding the Buyer Organization

Instituto de Gestão Financeira da Educação IP (IGeFE) operates as Portugal’s education financial management institute, functioning as a body governed by public law with primary activity in education services. The organization maintains contact through compras@igefe.medu.pt and phone 213949200, with additional information available at http://www.igefe.mec.pt/.

The procurement context reveals active organizational operations from IGeFE. The organization currently has 2 open tenders worth €16M total, with 1 similar open tender worth €16M, indicating substantial ongoing procurement activity in comparable IT services. Historical data shows 47 renewals worth €64M and 46 contract awards totaling €26M, demonstrating IGeFE operates as a significant procurement entity within Portugal’s education technology sector.

The organization has completed 26 similar contract awards worth €9M, with 28 similar renewals worth €48M, showing established patterns in IT services procurement with strong renewal activity. This data indicates successful suppliers face strong potential for contract extensions and future technology projects.

IGeFE’s supplier base shows established relationships with Portuguese IT service providers. Top contractors include NORMÁTICA SERVIÇOS DE INFORMÁTICA (€3.6M across 2 contracts), FUJITSU TECHNOLOGY SOLUTIONS (€813K for 1 contract), and TIMESTAMP SISTEMAS DE INFORMAÇÃO (€716K across 3 contracts). All documented contractors operate from Portugal, indicating preference for domestic suppliers with direct technical support capabilities and educational sector experience.

The broader market context shows 1.5K other buyers with similar projects totaling €4.8B, positioning this procurement within a substantial European market for educational technology and digital platform services.

Comprehensive Service Requirements

The tender specifies acquisition of orchestration and support services for Portugal’s Digital Education Platform (PDE). The platform represents national educational technology infrastructure requiring specialized technical management and ongoing operational support capabilities.

Orchestration services typically encompass system integration, workflow coordination, and automated management of complex digital platform operations. This requires technical expertise in educational technology systems, cloud infrastructure management, and integration with existing educational software and databases.

Support services encompass ongoing technical assistance, maintenance, troubleshooting, and user support for educational institutions accessing the platform. This requires understanding of educational workflows, teacher and student user needs, and institutional technology requirements across Portugal’s education system.

Performance location in the Lisbon Metropolitan Area indicates central coordination requirements with potential for distributed support services across Portugal’s educational institutions. The comprehensive nature suggests suppliers must demonstrate capabilities in both technical platform management and educational sector support operations.

Market Positioning and Competition Analysis

The educational technology services market demonstrates specialized requirements for platform orchestration and educational sector expertise. IGeFE’s established contractor base shows relationships with major Portuguese IT service providers capable of complex platform management and educational technology integration.

Market entry requires suppliers to demonstrate capabilities in digital platform orchestration, educational technology expertise, and experience with large-scale institutional technology deployments. The price-only evaluation approach indicates suppliers must provide competitive cost structures while meeting all specified technical requirements.

The substantial contract value (€497,772) indicates opportunities for established IT consulting firms with proven educational technology capabilities. The renewal activity (28 renewals worth €48M) suggests consistent demand for ongoing platform support and evolution services.

Strategic Analysis Based on Documentation

Success factors emerge from the documented requirements and educational technology context. The price-only evaluation indicates suppliers must provide competitive pricing while demonstrating comprehensive technical capabilities in platform orchestration and educational support services. The 26-day application window provides adequate time for detailed technical proposal preparation.

The established pattern of contract awards (26 similar awards worth €9M) and substantial renewals (28 renewals worth €48M) suggests successful suppliers face strong potential for ongoing relationships and expanded educational technology projects. The average contract values ranging from €143K to €1.8M among top contractors indicate diverse project scales within IGeFE’s technology procurement portfolio.

The Digital Education Platform focus indicates suppliers must understand Portuguese educational system requirements and regulatory compliance for educational technology services.

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

Actionable Guidance

Based on the documented requirements, interested suppliers should verify their capabilities in educational platform orchestration and demonstrate experience with large-scale digital education initiatives. The platform support role requires evidence of successful educational technology projects and institutional support capabilities.

The price-only evaluation approach indicates suppliers should prepare competitive pricing strategies while ensuring comprehensive technical capability demonstration. Evidence of educational sector experience and platform management expertise will be essential for meeting technical requirements.

The 28 September 2025 deadline requires preparation of Portuguese-language bid documentation within the 26-day window. Suppliers should contact IGeFE directly at compras@igefe.medu.pt for detailed technical specifications and platform requirements not included in the basic tender notice.

Market Context and Related Opportunities

This procurement operates within the substantial European market for educational technology services, as indicated by the 1.5K similar buyers with €4.8B total project value. The substantial renewal activity (28 renewals worth €48M) indicates ongoing educational technology development creating sustained business opportunities beyond this specific tender.

The documented contractor relationships demonstrate opportunities for established IT consulting firms specializing in educational technology and digital platform management. Companies like NORMÁTICA SERVIÇOS DE INFORMÁTICA and FUJITSU represent successful partnerships with contract values ranging from €387K to €1.8M, indicating consistent procurement patterns in the educational technology sector.

This tender represents an opportunity for qualified IT services providers to establish or strengthen relationships with Portugal’s education financial management institute while demonstrating capabilities in digital education platform orchestration and support services within the national education technology infrastructure.

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.

Aquisicao-de-servicos-de-Orquestracao-e-suporte-a-Plataforma-Digital-da-Educacao-PDE - tender opportunity

CH Agen Nerac Medical Information Department Services – €840,000 Public Tender Analysis

CH Agen Nerac has launched an €840,000 tender for medical information department (DIM) services for the Intercommunal Hospital of Marmande-Tonneins. Published on 2 September 2025 with applications due 24 September 2025, this 12-month framework agreement is divided into two lots: medical information processing and control assistance (€480,000) and PMSI stay coding services (€360,000). The open procurement procedure targets specialized healthcare information services providers with expertise in France’s PMSI (Programme de Médicalisation des Systèmes d’Information) system. With French language requirements and performance in the Lot-et-Garonne department, this opportunity suits established medical coding and health information management companies with proven PMSI experience.

Understanding the Tender Framework

This procurement operates under an open procedure, published on 2 September 2025, with applications due 24 September 2025, providing a 22-day window for bid preparation. Tender opening occurs on the deadline date, 24 September 2025. The contract carries document ID 00570108-2025 and reference number 2025-019, sourced through TED (Tenders Electronic Daily).

The 12-month contract duration provides an annual service commitment with a framework agreement structure. The documentation specifies execution through purchase orders, with separate attribution for each lot. Services are regulated through unit and flat-rate pricing, with estimated amounts being indicative and including all renewal periods. The evaluation criteria are listed as unknown in the basic documentation.

The contract is not financed with EU funds, indicating direct hospital funding for these medical information services. French language requirement for offers reflects domestic procurement requirements and healthcare system integration needs.

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

Understanding the Buyer Organization

CH Agen Nerac operates as a hospital consortium in southwestern France, functioning as a body governed by public law with primary activity in healthcare services. The organization maintains contact through codetl@ght47.fr and phone 0553697368, with procurement information available at https://www.marches-publics.info/.

The procurement context shows limited current market activity from CH Agen Nerac. The organization currently has no other open tenders and shows minimal historical activity with 1 renewal worth €16M across all contract categories. The absence of similar contract awards or renewals suggests this represents either a new service requirement or a different procurement approach for the organization.

The broader market context shows 6.7K other buyers with similar projects totaling €72B, positioning this procurement within a substantial French and European market for healthcare information management services. The limited buyer-specific data indicates this tender provides an entry opportunity for establishing relationships with this hospital consortium.

Comprehensive Service Requirements

The tender addresses two specialized medical information services for the Medical Information Department (DIM) of the Intercommunal Hospital of Marmande-Tonneins (CHIC MT). Both services operate within France’s PMSI (Programme de Médicalisation des Systèmes d’Information) framework, which standardizes medical information processing across French healthcare institutions.

Lot 1 covers outsourced medical information processing and control assistance services, valued at €480,000. This represents the higher-value component requiring expertise in medical information treatment and quality control processes. The service likely involves data validation, accuracy verification, and compliance monitoring within PMSI requirements.

Lot 2 addresses outsourced PMSI stay coding services, valued at €360,000. This service requires specialized knowledge of medical coding systems and PMSI stay classification procedures. Medical coders must assign appropriate diagnostic and procedure codes to patient stays according to French healthcare regulations and reimbursement requirements.

Both lots specify performance in the Lot-et-Garonne department, indicating either on-site service delivery requirements or regional service coordination. The framework agreement structure suggests ongoing service relationships rather than one-time project delivery.

Market Positioning and Competition Analysis

The healthcare information management market for French hospitals demonstrates specific regulatory and technical requirements. The PMSI system requires specialized expertise in French medical coding standards, healthcare regulations, and hospital information systems integration. The substantial broader market (6.7K buyers, €72B total) indicates established demand for outsourced medical information services.

Market entry requires suppliers to demonstrate expertise in French healthcare information systems, PMSI compliance, and medical coding certification. The Lot-et-Garonne performance location suggests regional service capabilities or partnerships will be advantageous for effective service delivery and stakeholder coordination.

The two-lot structure allows for specialization based on technical capabilities, with suppliers potentially bidding for individual lots or demonstrating comprehensive medical information management capabilities across both service areas.

Strategic Analysis Based on Documentation

Success factors emerge from the documented requirements and healthcare context. The PMSI framework compliance requires suppliers to demonstrate current knowledge of French medical coding standards and healthcare information regulations. The framework agreement structure with purchase order execution indicates suppliers must maintain consistent service delivery capabilities throughout the contract period.

The separate lot attribution allows suppliers to focus on their core competencies while potentially building relationships for expanded service opportunities. The unit and flat-rate pricing structure requires suppliers to develop efficient service delivery models accommodating variable workload demands.

The 12-month duration with renewal provisions suggests successful suppliers face potential for extended relationships based on performance and service quality delivery.

Actionable Guidance

Based on the documented requirements, interested suppliers should verify their capabilities in French healthcare information systems and PMSI compliance requirements. Medical coding certification and experience with French hospital information systems will be essential qualifications for service delivery.

The framework agreement structure indicates suppliers should prepare comprehensive service delivery proposals demonstrating consistent quality and capacity management. Evidence of successful PMSI-related projects and healthcare information management experience will be important evaluation factors.

The 24 September 2025 deadline requires preparation of French-language bid documentation within the 22-day window. Suppliers should contact CH Agen Nerac directly at codetl@ght47.frfor detailed 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 substantial French healthcare information management market, as indicated by the 6.7K similar buyers with €72B total project value. The specialized nature of PMSI services creates opportunities for companies with established healthcare information expertise to expand their hospital client base.

The framework agreement approach with purchase order execution suggests ongoing business relationships, creating sustained revenue opportunities beyond the initial 12-month period. The separate lot structure demonstrates hospital recognition of specialized service requirements in medical information management.

This tender represents an opportunity for qualified healthcare information services providers to establish relationships with the hospital consortium while demonstrating expertise in French medical coding and PMSI compliance within the southwestern France healthcare 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, no 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.

Prestations de services pour le Département d'Information Médicale (DIM) du CH Intercommunal de Marmande-Tonneins - tender opportunity

AMTS Catania Insurance Services Procurement – €16,267,485 Public Tender Analysis

Azienda Metropolitana Trasporti Catania (AMTS) has launched a €16,267,485.04 tender for comprehensive insurance services across seven specialized lots. Published on 2 September 2025 with applications due 29 September 2025, this 48-month open procurement procedure uses quality and price evaluation criteria. The contract is divided into distinct insurance categories, including mandatory motor vehicle liability insurance (€14,709,985.04), general third-party liability, professional indemnity, legal protection, all-risks coverage, cumulative accident insurance, and employee medical coverage. Located in Catania with Italian language requirements, this opportunity targets established insurance providers with expertise in public transport and municipal service coverage. With AMTS showing €39M in total renewals and the broader market indicating €11B across similar buyers, this represents substantial business potential for qualified insurance companies.

Understanding the Tender Framework

This procurement operates under an open procedure, published on 2 September 2025 with applications due 29 September 2025, providing a 27-day window for bid preparation. Tender opening occurs on 30 September 2025, one day after the deadline. The contract carries document ID 00571344-2025 and reference number P.A. 05/25, sourced through TED (Tenders Electronic Daily).

The 48-month contract duration provides a four-year insurance coverage commitment with substantial premium volume across multiple coverage categories. The evaluation criteria combine quality and price considerations, indicating AMTS seeks both competitive premiums and proven insurance service capabilities. Italian language requirement for offers reflects domestic procurement requirements and regulatory compliance needs.

The contract is not financed with EU funds, indicating direct transport authority funding for comprehensive insurance coverage requirements. The service-based nature requires established insurance carriers with authorization for Italian public sector business and transportation sector expertise.

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

Understanding the Buyer Organization

Azienda Metropolitana Trasporti Catania (AMTS) operates as Catania’s metropolitan public transport authority, functioning as a body governed by public law with primary activity in general public services. The organization maintains contact through postacertificata@amtspec.it and phone +39 0957519111, with additional information available at WWW.AMTS.CT.IT.

The procurement context reveals moderate but consistent organizational activity from AMTS. The organization currently has 2 open tenders worth €7.7M total, indicating ongoing procurement operations. Historical data shows 16 renewals worth €39M with 3 similar renewals worth €10M, demonstrating established insurance procurement patterns and organizational stability.

The absence of similar contract awards in the documented data suggests this represents either a new procurement approach or different contract structure for AMTS insurance requirements. The renewal activity (€39M across 16 contracts) indicates consistent procurement operations and potential for contract renewals based on performance.

The broader market context shows 1.7K other buyers with similar projects totaling €11B, positioning this procurement within a substantial European market for public transport and municipal authority insurance services.

Comprehensive Service Requirements

The tender addresses comprehensive insurance coverage for AMTS operations across seven specialized lots, each targeting specific risk categories and operational requirements. All lots specify performance in Catania and use price and quality evaluation criteria.

Lot 1 represents the dominant component at €14,709,985.04 for motor vehicle liability insurance (RCA) plus comprehensive motor coverage (CVT/ARD), reflecting the substantial fleet insurance requirements for public transport operations. This coverage addresses mandatory third-party liability and comprehensive vehicle protection for buses and transport equipment.

Lots 2-7 provide specialized coverage categories: RCTO (€225,000) for general third-party liability, RC Patrimoniale Colpa Lieve (€292,500) for professional indemnity with light fault coverage, Tutela Legale (€162,500) for legal protection services, All Risks (€360,000) for comprehensive property and operational coverage, Infortuni Cumulativa (€157,500) for cumulative accident insurance, and TCM Dipendenti (€360,000) for employee medical coverage.

The seven-lot structure allows for specialization based on insurance coverage expertise while maintaining comprehensive risk management across all operational categories. The substantial contract values indicate significant premium volumes requiring established insurance carriers with appropriate underwriting capacity and regulatory authorization.

Market Positioning and Competition Analysis

The public transport insurance market demonstrates specialized risk assessment and regulatory requirements specific to municipal transport operations. The substantial motor vehicle liability component (€14.7M) indicates major fleet operations requiring insurers with transportation sector expertise and appropriate underwriting capacity.

Market entry requires suppliers to demonstrate Italian insurance market authorization, public sector experience, and specific competencies in transport authority risk management. The 48-month contract duration provides substantial premium volume, requiring insurers with strong financial stability and claims handling capabilities.

The seven-lot structure allows insurers to specialize in specific coverage areas or demonstrate comprehensive capabilities across multiple insurance categories. The combination of mandatory and specialized coverage creates opportunities for both major insurance companies and specialist providers.

Strategic Analysis Based on Documentation

Success factors emerge from the documented requirements and public transport context. The quality and price evaluation indicates insurers must balance competitive premium pricing with demonstrated service capabilities, claims handling expertise, and regulatory compliance. The 27-day application window provides adequate time for comprehensive risk assessment and premium calculation.

The substantial motor vehicle liability allocation (90% of total value) indicates fleet operations represent the primary risk exposure, requiring insurers with proven transportation sector experience and appropriate underwriting guidelines. The comprehensive coverage approach suggests AMTS seeks integrated risk management rather than fragmented insurance arrangements.

The 48-month duration with established renewal patterns (3 similar renewals worth €10M) suggests successful insurers face strong potential for contract extensions based on claims experience and service performance.

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

Actionable Guidance

Based on the documented requirements, interested insurers should verify their authorization for Italian public sector business and demonstrate experience with public transport authority insurance requirements. The comprehensive lot structure requires either specialist expertise in specific coverage areas or integrated capabilities across multiple insurance categories.

The quality and price evaluation approach indicates insurers should prepare detailed service proposals demonstrating claims handling capabilities, risk management support, and regulatory compliance while presenting competitive premium strategies. Evidence of successful public transport insurance programs and municipal authority relationships will be important evaluation factors.

The 29 September 2025 deadline requires preparation of Italian-language documentation within the 27-day window. Insurers should contact AMTS directly at postacertificata@amtspec.it for detailed specifications and risk information not included in the basic tender notice.

Market Context and Related Opportunities

This procurement operates within the substantial European market for public transport and municipal insurance services, as indicated by the 1.7K similar buyers with €11B total project value. The comprehensive coverage approach and substantial contract value demonstrate significant business potential for qualified insurance providers.

The documented renewal activity (16 renewals worth €39M) indicates ongoing insurance requirements creating sustained business opportunities beyond this specific tender. The public transport sector’s insurance needs create potential for additional municipal authority relationships and expanded market presence.

This tender represents an opportunity for qualified insurance companies to establish or strengthen relationships with Sicilian public transport authorities while demonstrating capabilities in comprehensive municipal risk management and transportation sector insurance within the Italian 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, no 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.

PROCEDURA APERTA PER L'AFFIDAMENTO IN SETTE LOTTI DEI SERVIZI ASSICURATIVI DI AMTS CATANIA SPA - tender opportunity