UK vs EU Procurement: Post-Brexit Rules Compared
Since Brexit, UK public procurement has diverged from the EU regulatory framework it followed for decades. The Procurement Act 2023 represents the UK's most significant departure from EU rules, replacing the Public Contracts Regulations 2015 with a new domestic framework. For businesses bidding in both markets, understanding the differences is essential for compliance, strategy, and opportunity discovery.
Regulatory frameworks: from shared to separate
Before Brexit, UK public procurement was governed by EU Directive 2014/24/EU, transposed into UK law as the Public Contracts Regulations 2015 (PCR 2015). Both the UK and EU member states followed the same core rules: common thresholds, mandatory publication on OJEU/TED, standardised procurement procedures, and shared remedies directives. UK procurement was effectively a subset of the EU system.
Post-Brexit, the UK retained the PCR 2015 as domestic law during a transition period, meaning the rules were identical even though the institutional framework changed. The Procurement Act 2023, which received Royal Assent in October 2023 and is being implemented in phases, marks the first fundamental divergence. The Act replaces the PCR 2015 entirely with a new framework designed specifically for UK needs — different procurement procedures, new transparency requirements, revised remedies, and a dedicated debarment regime. EU procurement continues to operate under Directive 2014/24/EU, updated by the 2024 revision proposals.
Publication portals: FTS vs TED
The most visible post-Brexit change is the publication platform. UK above-threshold procurement is now published on Find a Tender Service (FTS), operated by the UK Cabinet Office. EU procurement is published on Tenders Electronic Daily (TED), operated by the EU's Publications Office. Before Brexit, UK procurement appeared on TED alongside all EU member state procurement.
For suppliers, this means monitoring two separate platforms to cover both markets. FTS publishes UK-only procurement; TED publishes procurement from all 27 EU member states plus associated countries. The formats differ: TED uses the EU's eForms standard (being rolled out since 2023), while FTS is transitioning to UK-specific forms under the Procurement Act 2023. Search interfaces, alert systems, and data structures differ between platforms, making parallel monitoring more complex than when both markets were accessible through a single TED subscription.
Threshold comparison
UK and EU procurement thresholds were aligned until Brexit and remain similar because both are derived from Government Procurement Agreement (GPA) commitments. However, they are set independently and may diverge over time as each jurisdiction reviews thresholds at different cycles.
Current EU thresholds (2024-2025): €143,000 for central government goods and services, €221,000 for sub-central authorities, €5,538,000 for works. Current UK thresholds: £139,688 for central government goods and services, £215,000 for sub-central authorities, £5,372,609 for works. The similarity reflects shared GPA obligations, but exchange rate movements create practical differences. A contract valued at £180,000 is below-threshold in the UK (published on Contracts Finder) but might be above-threshold when converted to euros for an EU equivalent. The Procurement Act 2023 gives the UK flexibility to set thresholds independently in future reviews.
Ready to see it in action?
Set up in minutes. No credit card required.
Procurement procedures compared
The most significant regulatory divergence is in procurement procedures. EU Directive 2014/24/EU defines five procedures: open, restricted, competitive dialogue, competitive procedure with negotiation, and innovation partnership. Each has specific rules about when it can be used and how the process operates. UK PCR 2015 mirrored these procedures exactly.
The Procurement Act 2023 introduces a simplified framework. The new 'competitive flexible procedure' replaces competitive dialogue, competitive procedure with negotiation, and innovation partnership with a single flexible procedure that allows contracting authorities to design multi-stage processes tailored to the specific procurement. The open and limited tendering procedures are retained. This gives UK buyers more flexibility than their EU counterparts, who must choose from the defined menu of procedures. For suppliers, the UK's flexible procedure means greater variation between procurements — each buyer can structure the process differently, requiring more careful reading of procurement documents.
Transparency and advance notice
The Procurement Act 2023 introduces transparency requirements that go beyond the EU framework. Pipeline notices — published up to 18 months before procurement — give suppliers advance visibility of planned purchasing. No equivalent obligation exists in EU procurement, where the earliest signal is typically a Prior Information Notice (PIN) published weeks or months before the formal contract notice. The UK's pipeline notice obligation applies to contracting authorities spending above £100 million annually, covering most central government departments and major public bodies.
The UK also introduces a central digital platform for procurement data, replacing the fragmented publication across FTS, Contracts Finder, and other portals. The EU's equivalent effort — the eProcurement initiative and eForms standard — is more focused on standardising notice formats across member states than on creating a single transparency platform. For suppliers, the UK's advance notice requirements mean more lead time to prepare bids, assess capability, and build teaming arrangements before formal procurement begins.
Cross-border access: GPA and beyond
Both the UK and EU are parties to the WTO Government Procurement Agreement (GPA), which guarantees non-discriminatory access to above-threshold procurement for suppliers from other GPA parties. This means UK suppliers can bid on EU procurement, and EU suppliers can bid on UK procurement, on equal terms with domestic bidders — at least for above-threshold contracts covered by the GPA.
Below-threshold procurement is not covered by the GPA, and access depends on the policies of individual contracting authorities. UK contracting authorities generally cannot discriminate against EU suppliers even below threshold, but practical barriers exist: different qualification systems, language requirements, and the need to monitor separate portals. For suppliers operating in both markets, the procurement landscape is now fundamentally two-system: UK tenders on FTS with Procurement Act 2023 rules, EU tenders on TED with Directive 2014/24/EU rules, and different below-threshold regimes in each jurisdiction.
Monitoring both markets with Jorpex
For businesses bidding in both the UK and EU, Jorpex provides unified monitoring across both markets. Configure UK-focused notification profiles targeting FTS, Contracts Finder, and devolved portals, alongside EU-focused profiles targeting TED and national portals in your priority member states. Each profile can route to a different Slack channel — #tenders-uk and #tenders-eu — so your team sees geographically segmented opportunities.
Jorpex delivers notifications in 17 European languages, meaning your team can evaluate French BOAMP tenders, German DTVP notices, and Dutch TenderNed opportunities without translation costs. The AI matching works across languages, so a keyword set in English will find relevant tenders published in any EU language. Combined with value-range filters and disqualifier keywords, this means your UK and EU procurement streams are each tailored to the opportunities your business can realistically pursue — without the overhead of monitoring multiple portals in multiple languages manually.