Reporting period:
Public procurement is the process by which public authorities, such as government departments or local authorities, purchase works, goods or services from companies. Public procurement accounts for about 15% of the EU GDP. To create a level playing field for businesses across Europe, EU law sets out minimum harmonised public procurement rules.
Performance indicators
‘Performance’ measures whether purchasing authorities get good value for money. The indicators below measure key issues on public procurement performance in a way that is transparent and easy to understand and compare.
Like all indicators, however, they simplify reality. They are affected by country-specific factors such as what is actually being bought, the structure of the economies concerned, and the relationships between different tendering options, none of which are taken into account. In some cases, many tenders below EU thresholds are published in Tenders Electronic Daily (TED). This publication is voluntary and considered a good practice, because it increases transparency for a significant part of the procurement not covered by the EU rules (national rules apply for tenders below the EU thresholds, but they must still respect the general principles of EU law).
Moreover, some aspects of public procurement have been omitted entirely or covered only indirectly (e.g. corruption, the administrative burden and professionalism). The scoreboard provides useful information, but it gives only a partial view of EU Member States’ public procurement performance. The indicators should therefore be interpreted carefully and ideally in the light of additional quantitative and qualitative information.
Overview
The colour thresholds are based on two factors:
- qualitative policy judgement on what constitutes good practice
- recent data for individual countries
Performance colour codes:
- green – satisfactory performance
- yellow – average performance
- red – unsatisfactory performance
| Indicator | Green | Red |
|---|---|---|
| [1] Single bidder | ≤ 10% | > 20% |
| [2] Direct awards | ≤ 5% | ≥ 10% |
| [3] Publication value by GDP | > 5% | < 2.5% |
| [4] Award criteria based on price alone | ≤ 80% | > 80% |
| [5] Decision speed | ≤ 120 days | > 120 days |
| [6] Contracts with SME participation | > 60% | < 45% |
| [7] SME bids | > 80% | < 60% |
| [8] Procedures divided into lots | > 40% | < 25% |
Indicator [1]: Single bidder
This chart shows the proportion of contracts awarded where there was just a single bidder. Framework agreements are excluded, because they have different reporting patterns. Direct awards (i.e. those negotiated without a call for competition or awarded without prior publication of a contract notice) are also excluded, because the rules on such procedures do not make any provision for competition.
The more bidders the better, because this means public buyers have more options and can get better value for money. This indicator reflects several aspects of procurement, including competition and bureaucracy.
Indicator [2]: Direct awards
This chart shows the proportion of procurement procedures negotiated with a company without any call for bids (‘tenders’). Calling for bids before starting procurement negotiations is a better approach because it makes the bidder-selection process more transparent and increases competition. This leads to better value for money. This indicator reflects several aspects of procurement, including transparency and competition.
Indicator [3]: Publication value by GDP
This chart shows the value of procurement advertised on TED as a proportion of national GDP. A higher score is better, because it means that more companies can bid, bringing better value for money. It also means greater transparency, because more information is available to the public. This indicator reflects the value of national public procurement advertised to businesses (i.e. the accessibility and openness of public procurement markets).
Indicator [4]: Award criteria based on price alone
This chart shows the proportion of procedures awarded solely because the offer was the cheapest one available. The choice of criteria depends on what is being purchased, but an over-reliance on price suggests that better criteria could have been applied, resulting in a better purchase. The indicator reflects how public buyers choose the companies they award contracts to. Specifically, it shows if their decisions are based on price alone or if they also consider quality.
Indicator [5]: Decision speed
This chart shows the average decision-making period (i.e. the time between the deadline for receiving offers and the date the contract is awarded). To ensure comparability, only notices published under the open procedure, which do not include framework agreements, are considered.
Very lengthy procedures are expensive and cause uncertainty for both public buyers and companies. This indicator reflects the speed of the public buyers’ decision-making.
Indicator [6]: Contracts with SME participation
This chart shows the proportion of contracts that include small and medium-sized enterprises (SMEs). High percentages are better, because most companies in the EU are SMEs. Low percentages could indicate the existence of barriers to SMEs participating in procurement procedures (e.g. overly complex bureaucracy, calls for tender biased against SMEs, or low capacity among smaller firms to compete).
Indicator [7]: SME bids
This chart shows the proportion of bids from SMEs. High percentages should be the rule, because most companies in the EU are SMEs. Low percentages indicate the existence of barriers to SMEs.
Indicator [8]: Procedures divided into lots
This chart shows the proportion of tenders divided into lots. This is another indicator related to SMEs’ participation in public procurement and reveals the same stable trend observed for indicators 7 and 8. Lots are beneficial, particularly for SMEs, because they make it easier for them to make an offer. Low percentages show that large companies can more easily bid for public contracts. This means that public buyers are missing out on the opportunities that smaller firms can offer.
Public procurement review
Number of first instance public procurement review decisions
This indicator tracks the number of public procurement review decisions. It captures, in absolute terms, the overall number of decisions of competent national authorities and courts on challenges of economic operators of alleged infringements of public procurement rules in award procedures for above EU threshold public contracts, including:
- First instance review decisions of all relevant bodies, regardless of whether they are administrative or judicial; regardless of whether they are national, regional or local.
- Decisions that are taken in review procedures initiated upon complaint.
- Decisions of all types:
- Decisions on review
- Decisions on interim measures (if containing the assessment of the case and if they are the only decision taken in the procedure, not decisions on interim measures if they are followed by a decision on the merits, and not decisions on interim measures issued as a simple procedural decision within the main review procedure)
- Decisions about suspension of the review for any reasons (i.e. withdrawal of the complaint, fee/deposit not paid, no legal standing, late submission of the complaint etc.)
- Decisions on review procedures on public contracts falling under the EU directives (i.e. above EU thresholds, including exemptions and exceptions).
- Decisions on review for before and after contract signature.
Source: Member States first instance public procurement review bodies through the Network of First Instance Review Bodies on Public Procurement, calls for competition published in TED
Number of first instance public procurement review decisions in relation to number of call for competitions
This indicator provides the proportion of the decisions in relation to the total number of calls for competition shows. It therefore shows which percentage of award procedures for above EU thresholds public contract are challenged by economic operators for an alleged infringement of public procurement rules in front of the competent national authority or court.
Source: Member States first instance public procurement review bodies through the Network of First Instance Review Bodies on Public Procurement, calls for competition published in TED.
There is a considerable (and growing) number of decisions taken by review bodies at national level highlights the key role of competent authorities in Member States in ensuring the right application and enforcement of EU rules on Public Procurement as transposed in domestic legislation in individual cases. It therefore also shows the crucial role of national bodies in complementing the enforcement role of the Commission which is more focused on systemic and structural breaches to EU rules on public procurement, thus providing a very concrete model of shared responsibility in enforcement of Single Market rules between the national and the European level, as advocated by the Commission Single Market Strategy of May 2025.
Notes to the above two indicators:
BE – The number of decisions covers only the judgments of the Council of State (fr. Conseil d’Etat) that reviews the public procurement decisions of administrative authorities. The public procurement decisions of contracting authorities that are not administrative authorities are reviewed by the ordinary courts and are not covered. The number covers the review of public contracts both above and below the EU thresholds.
BG – The number of decisions covers the review of public contracts both above and below the EU thresholds. The number of decisions does not include decisions after contract signature (decisions on contract ineffectiveness).
DK – The number of decisions covers decisions on review and decisions on interim measures containing an assessment of the case, which led to the withdrawal of the complaint before the review body’s final decision was made.
CY, FI, FR, HU, SE – The number of decisions covers the review of public contracts both above and below the EU thresholds.
LV, PT – The number of decisions does not include decisions after contract signature (decisions on contract ineffectiveness).
ES – The number of decisions covers only the decisions of the Central Administrative Court of Contractual Appeals (es. Tribunal Administrativo Central de Recursos Contractuales). Decisions of review bodies of autonomous communities (11) and some municipalities and sectoral bodies are not covered. The number of decisions covers the review of public contracts both above and below the EU thresholds.
eCertis
eCertis is an online database that lists eligibility criteria and documentary evidence. These are needed by companies in every EEA country in order to be able to take part in public procurement. eCertis is a useful tool for EEA-based companies wishing to participate in public procurement and for public buyers evaluating bids received from various EEA countries. eCertis helps: suppliers (tenderers) identify what proof they need to submit when they are awarded a contract in an EEA country and contracting authorities (buyers) in EEA countries determine which documents they can accept, or they need to ask tenderers to provide.
Performance indicators
Overview
This table shows the availability of data recorded in eCertis for each country for two indicators:
- Indicator 1: Criteria completeness
- Indicator 2: Evidence recorded
Each of these indicators is split into two sub indicators:
- Sub indicator 1: Exclusion grounds (EG)
- criminal convictions (CC): contracting authorities may exclude a supplier (economic operator) from participation in a procurement procedure if it has participated in a criminal organisation
- non-payment of taxes and social security contributions (PT): contracting authorities may exclude an economic operator from participation in a procurement procedure if it is in breach of its obligations relating to the payment of taxes or social security contributions
- insolvency, conflict of interests or professional misconduct (INS): contracting authorities may exclude an economic operator from participation in a procurement procedure if it is bankrupt, subject to insolvency or winding-up proceedings, guilty of grave professional misconduct or a conflict of interest.
- Sub indicator 2: Selection criteria (SC)
- economic and financial standing (EF): contracting authorities may impose requirements ensuring that economic operators possess the necessary economic and financial capacity to perform the contract
- quality assurance schemes and environmental management standards (QA): contracting authorities may require economic operators to demonstrate that they have such schemes and standards in place
- suitability to pursue the professional activity concerned (ST): contracting authorities may require economic operators to be enrolled in one of the professional or trade registers kept in their country of establishment or to comply with any other request set out in that Annex XI of Directive 2014/24/EU
- technical and professional ability (TP): contracting authorities may impose requirements ensuring that economic operators possess the necessary human and technical resources and experience to perform the contract to an appropriate quality standard.
Provision of data for sub indicator 1 is mandatory, while it is optional for sub indicator 2.
Legend
The final classification takes into account the “total” score for each indicator (last row of each table) and is calculated as follows:
| Red | Both sub indicators are red |
|---|---|
| Yellow | If both sub indicators are yellow or if there is a mix between yellow and red |
| Green | If both sub indicators are green or if there is a mix between green and yellow |
Indicator [1]: Criteria Completeness
The graph shows the percentage of criteria set at EU level that have been recorded in eCertis for each country. Higher scores show countries have entered more data in the eCertis database.
Legend
| Red | ≤ 0 % |
|---|---|
| Yellow | > 0 %, ≤ 50 % |
| Green | > 50 %, ≤ 100 % |
Indicator [2]: Evidence recorded
Legend
Each criteria of the sub indicator is coloured as follows:
| Red | A country has not entered any evidence data |
|---|---|
| Green | A country has entered at least one item of evidence |
The final classification considers the “total” score for each table (last row of each table) and is calculated as follows:
| Red | All criteria are red |
|---|---|
| Yellow | A mixture of red and green values |
| Green | All criteria are green |
eCertis evidence indicators
More information on public procurement
The indicators show how different EU Member States are performing on key aspects of public procurement.
All indicators are based on notices published in the Tenders Electronic Daily (TED) database, under four EU Procurement Directives (General, Sectoral, Concessions and Defence).
These data are available at the EU Open Data Portal. More data and indicators are also available at opentender.eu, an EU-funded research project.
For more detailed information on public procurement, see EU public procurement.
For general information on public procurement, see Your Europe.
Note: The Single Market Scoreboard indicators rely on TED data. The transition to the technically completely new notices end of 2023 to 2024 have introduced some data-quality issues, incomplete data and it also required in some cases methodological changes. These issues generally have limited impact but may affect comparability across countries and years from 2023 to 2024.