Overview
The European Parliament Directorate General for Finance (EP-FINS) has published tender EP-FINS/LUX/2026/OP/0001 to select up to three banking establishments to provide comprehensive banking and treasury services for 2027 to 2031 under a services contract with a maximum duration of 60 months. The award will follow the best price quality ratio with a 60 percent weighting for quality and 40 percent for price, and technical requirements include SEPA and ISO 20022 support, daily electronic camt.053 statements, multi currency account management and a correspondent network for non SEPA payments. Eligible applicants are credit institutions authorised and supervised in an EU Member State and must hold a minimum long term rating of A3 Moody s or A minus S and P or A minus Fitch, and provide audited financial statements and insurance evidence. Tenders must be submitted electronically via the EU Funding and Tenders Portal by 8 June 2026 at 15:30 Europe Luxembourg time.
Partner Search
Find collaboration partners for this call
What You Offer
Describe your expertise here...
You Are Looking For
Describe what you seek here...
Highlights
Who can apply
Eligibility highlights
Open procedure to select up to three banking establishments to provide payment execution, revenue collection and related banking services to the European Parliament.
Eligible applicants:Credit institutions authorised to provide banking and payment services in the EU and supervised by a competent EU Member State authority. Groups/consortia allowed; subcontracting permitted. 1
- 1What it funds: execution of payments, collection of revenues, multi-currency banking, account reporting and related treasury services
- 2Who can apply: banks/credit institutions authorised in the EU (or entities covered by procurement agreements), individually or as groups
| Item | Detail |
|---|---|
| Submission method | Electronic via eSubmission (EU Login required) |
| Deadlines | 08/06/2026 15:30 Europe/Luxembourg (tender receipt); public opening 09/06/2026 10:30 |
| Contract form | Direct service contract; framework/multiple sourcing up to 3 providers |
| Maximum duration | Initial 2 years with tacit annual renewals up to 5 years total |
| Award method | Best price-quality ratio (40% price / 60% quality) |
| Key documents | Tender specifications, Annexes (incl. technical specs, financial offer, FIF) |
Financials and evaluation:tenders must submit itemised bank charges, currency exchange spreads and account remuneration. Financial scoring uses a provided scenario (Annex 10); price weight 40% and quality 60% (detailed quality criteria in Annex 1).
Footnotes
- 1Procurement notice and full documents available on the EU Funding & Tenders Portal Tender page.
Find a Consultant to Support You
Breakdown
This is an open public tender published by the European Parliament (Directorate-General for Finance, FINS) to select up to three commercial banking establishments through a multiple-sourcing procurement procedure to provide treasury and banking services for the European Parliament for an initial two-year period (2027–2028) with possible tacit annual renewals up to a maximum total duration of five years (2027–2031). Publication (TED ref. 81/2026 284187-2026) date: 27/04/2026. Submission method: mandatory electronic submission via the EU Funding & Tenders Portal (eSubmission). Deadlines (published): 08/06/2026 15:30 Europe/Luxembourg. Virtual public opening: 09/06/2026 10:30 Europe/Luxembourg.
What the European Parliament is procuring
Scope:selection of up to three banks to execute electronic payment batches, collect revenues, manage accounts (main euro account and multiple local currency sub-accounts), provide daily electronic bank statements and reconciliations, manage foreign currency transactions and correspondent arrangements for non-SEPA / cross-border payments, operate and support electronic payment interfaces (SEPA pain.001, camt.053 statements and related ISO 20022 message variants), provide customer support / helpdesk, and perform related banking services (cash handling in selected locations, standing orders/direct debits, foreign exchange on request, account remuneration calculation and invoicing). The majority of payments are intra‑EU in euros; a small percentage are in EU national currencies or non-EU currencies.
Key contract data
- Procedure type: Open procedure (multiple sourcing) – up to three lots/awards (maximum three successful tenderers).
- Main CPV / classification: 66100000 - Banking and investment services.
- Nature of contract: Services / framework-type arrangements to be concluded (direct contract between European Parliament and each selected bank).
- Maximum contract duration: 60 months (initial 2 years + tacit annual renewals up to total 5 years).
- Award method: Best price-quality ratio (weighting 60% quality, 40% financial).
- Estimated activity baseline (indicative volumes used for evaluation – Annex 10): 367,000 annual payments (2025 historic), average account balance scenarios used for evaluation vary (example evaluation scenario: €40 million average balance; currency conversion scenario EUR ~€17.75 million).
- Contract documents: Invitation letter, Tender specifications, Technical specifications (Annex 1), Financial Identification Form (Annex 4a), Financial offer form (Annex 10), Declaration forms (Annex 3 and 8), Annexes 2–9 as listed in the tender specifications.
Eligibility and who should apply
Eligible applicant types:Credit institutions/banks legally authorised to provide banking and payment services in the EU, supervised by a Member State competent authority, and able to provide the services described. Participation is open to natural or legal persons and public entities established in EU Member States and to those from third countries that have concluded specific procurement agreements with the EU giving access to the contract, under the terms of those agreements. Groups of economic operators (consortia) may apply subject to the joint-and-several liability requirements described in Annex 5.
Mandatory administrative, exclusion and selection compliance
Tenderers must:complete the Administrative data form (Annex 9), the Financial Identification Form (Annex 4a) and the Financial offer (Annex 10); submit the Declaration on exclusion and selection criteria (Annex 3); submit the restrictive measures declaration (Annex 8) to confirm compliance with EU restrictive measures (no participation by persons or entities falling under Article €5K/5aa/5l of Regulation 833/2014 unless a specific exception applies). Tenderers must provide proof of banking licence / authorisation, audited financial statements (last 3 years), insurance certificates, credit rating evidence (minimum long-term rating: A3 Moody’s or A- S&P or A- Fitch), SEPA adherence evidence, and other items listed in the selection criteria. Groups must provide Annex 5 with roles and joint liability confirmation. Subcontracting is permitted but subcontractors must also satisfy exclusion/selection checks (Annex 6).
Technical / minimum service requirements
Minimum technical and professional capacities (summary of Annex 1 – Technical specifications):
- 1Banking licence / authorisation to operate as an EU credit institution and to provide payment services (copy of licence; evidence of passporting or local establishment where required).
- 2SEPA compliance: formal adherence to the SEPA Credit Transfer scheme (pain.001 format, ISO 20022) at time of tender submission.
- 3Electronic payment processing capability able to handle the expected daily batch volumes and meet cut‑off/value‑date times; ability to receive XML payment batches via secure http/https gateways and to support proxy redundancy and secure connections.
- 4Ability to provide daily electronic statements in ISO camt.053 (structured) and optionally camt.052/054/086 messages, suitable for automated reconciliation, with consistent transaction labelling (search strings), opening/closing balances and full entry details including EndToEndId linking to pain.001 files.
- 5Capability to provide real‑time tracking of payments (e.g. SWIFT gpi or equivalent) and to manage non‑SEPA cross‑border euro and local‑currency payments via correspondent network; correspondents list to be provided with BICs and country coverage.
- 6Ability to operate foreign‑currency sub‑accounts (CZK, DKK, HUF, PLN, RON, SEK, GBP, USD, CHF) and a clearing method to minimise FX account balances with low admin effort and competitive conversion spreads.
- 7Customer support: provision of a fully managed helpdesk with dedicated SPOC, defined service hours, response SLAs (phone/email), escalation procedures and regular service meetings.
- 8Compliance function organisation with documented KPIs, case tracking and escalation for AML/CFT and sanctions checks; ability to learn and continuously improve processes.
- 9Technical integration with Parliament’s financial environment (SAP / Isabel / Multiline middleware): ability to receive payment files in the formats used by the Parliament (separate SEPA and non‑SEPA pain.001 batches, BtchBookg=false for individual transactions) and to send stated ISO bank statements; provide test plans and timelines for any middleware changes and estimate costs/time where applicable.
- 10Management of imprest/auxiliary accounts under separate administrators with same contractual terms and account remuneration handling.
- 11Commitment not to charge Parliament for correspondent fees (Parliament will accept only charges levied by its payment service provider); default SHA for fees unless exceptional OUR instructions are given.
- 12Daily interest calculation and monthly/quarterly interest statements (daily balances, reference rate and spread, daily interest amounts, total interest) and invoicing of bank charges (monthly/quarterly, value date last day of period).
Award evaluation methodology (how tenders will be scored)
Award = Quality (60%) + Price (40%). Quality:600 maximum points distributed across six qualitative criteria (banking network 100 pts, float & cut‑offs 50 pts, customer support 150 pts, compliance processing 50 pts, technical setup 150 pts, FX account management 100 pts). Minimum thresholds: at least 40% of each criterion and at least 50% of total quality (i.e. 300/600) to pass to financial evaluation. Financial evaluation: 400 points max (200 pts for total cost, 200 pts for account remuneration). Price scoring uses the evaluation scenario figures in Annex 10: total cost = Price A (account maintenance yearly fees) + Price B (per transaction fees) + Price C (FX spreads). Remuneration calculated against daily balances and a reference rate (preferred €STR plus a fixed margin). Final ranking: descending order of combined score; in case of tie higher quality score wins.
Application and submission requirements
Submission method:Electronic via eSubmission on the EU Funding & Tenders Portal. EU Login account required (as of 30 June 2026 two‑factor authentication will be mandatory). Tenderers must supply all documents listed in the tender specifications and annexes (Invitation letter, Tender specifications, Annexes 1–10, draft contract). Attachments must comply with eSubmission system requirements (file size limits, naming). The submission receipt timestamp is proof of timely submission. Tenderers may withdraw or replace tenders prior to the deadline via eSubmission; only the latest tender will be considered if multiple are submitted by the same tenderer and not withdrawn. Tenderers must register an organisation PIC in the Participant Register and use it in eSubmission (PIC mandatory).
Deadlines, timetable and procurement lifecycle
Key dates published:TED publication 27/04/2026; deadline for receipt of tenders 08/06/2026 15:30 local (Europe/Luxembourg); virtual public opening 09/06/2026 10:30 Europe/Luxembourg; contracting authority not bound to reply to questions received after 29/05/2026 23:59 (Europe/Luxembourg). Tenderers must monitor the Funding & Tenders Portal for updates and Q&A. The contracting authority may suspend the award decision for additional review during the standstill period if required.
Contract management and reporting
The successful Contractor(s) will sign a direct contract with the European Parliament using the provided model contract. The contract binds the Contractor to detailed technical specifications (Annex 1) and annexes, invoicing and reporting procedures (Annex 10 financial offer and Technical specifications describing invoicing, interest calculation and statement delivery timelines). Daily camt.053 statements and supporting files must be delivered electronically; monthly or quarterly statements of fees and interest must be delivered by the 15th day of the following month/quarter. The Contractor must provide audit support and accept checks by European Parliament services, OLAF, the European Court of Auditors and EPPO in accordance with the contract (retention of records for 5 years after final payment).
Evaluation process and stages
- 1Stage 1 – Administrative and exclusion check: Annex 3 declaration and required supporting documents (bank licence, certificates, PIC, financial statements, declarations, restrictive measures declaration Annex 8).
- 2Stage 2 – Selection check: legal/regulatory, economic/financial and technical/professional capacities verified against specified evidence (Annexes 7, 4a, 1, etc.).
- 3Stage 3 – Quality evaluation: responses to technical specifications and scoring across qualitative criteria (600 points).
- 4Stage 4 – Financial evaluation: submission of Annex 10 (financial offer) and scenario-based costing and remuneration calculation (400 points).
- 5Stage 5 – Final ranking, award decision, standstill period and contract signature.
Success rates and competition
Success rate:Not published. This is an open tender with up to three awards; competition is expected to be strong given the limited number of awards and high minimum technical/financial requirements (banking licence, credit rating requirement, SEPA adherence, ISO 20022 statement capability, correspondent network).
Financial mechanics, pricing and invoicing — detailed
Pricing elements that tenderers must submit separately in Annex 10:(A) yearly fees for account maintenance per currency (EUR + other currency sub-accounts), (B) per-transaction fees by payment type/currency, and (C) FX spreads for buying/selling currencies vs ECB reference rate (preferred €STR for interest remuneration). Fees must be firm and VAT-excluded. Invoicing: monthly or quarterly consolidated invoices (value date last day of period) with detailed supporting breakdown of payment volumes and costs by type and currency. Interest/remuneration: monthly/quarterly calculation from daily balances using reference rate Ri (preferred €STR) plus contractual spread (margin expressed in basis points), include daily balances, daily interest amounts, reference rate used and total amount. Statements and supporting documents must be provided no later than the 15th day of the following month.
Important compliance and risk points
Key non-negotiable items:(1) banking licence and supervisory good standing; (2) minimum long-term rating (A3 / A- / A-); (3) SEPA pain.001 compliance and ability to send/receive ISO 20022 messages including camt.053 daily statements; (4) correspondent network for non-SEPA and for specific currencies; (5) compliance with EU restrictive measures (Annex 8) and sanctions screening; (6) commitment that correspondent/correspondent fees will not be charged back to the European Parliament (Parliament only accepts charges levied by its own payment service provider); (7) robust AML/CFT compliance evidenced by policy documentation and KPIs; (8) security and data protection compliance to Regulation (EU) 2018/1725 and technical controls to ensure data hosted in EEA or in countries with an EC adequacy decision (or with the proper safeguards in place). Breach or downgrades in credit rating below levels stated in the tender may lead to immediate termination by the European Parliament.
How to prepare a competitive proposal — practical checklist
- 1Ensure valid EU or Member State banking licence and supply recent evidence of regulatory authorisation and good standing.
- 2Provide an original current long-term credit rating as required (A3 / A- / A-).
- 3Complete Annex 10 financial offer with all Price A/B/C fields and FX spreads using the evaluation scenario figures and formulae provided. Provide a clear description of how you calculate remuneration and FX spreads.
- 4Provide SEPA Credit Transfer adherence evidence (EPC adherence certificate) and confirm ability to receive pain.001 files with BtchBookg=false and to supply camt.053 daily statements.
- 5Prepare a technical integration description: secure eSubmission channels, message formats, test plan, cut‑off times, processing capacity, straight‑through reconciliation, monitoring and error‑handling procedures.
- 6List correspondent banks, BICs and currencies covered; provide proof of direct handling for specified local currencies if available.
- 7Document customer support organisation: SPOC, SLAs, escalation matrix, sample reporting and operational governance.
- 8Provide copies of insurance certificates, audited financial statements for last three years, Annex 7 financial data sheet, Annex 3 declaration, Annex 4a FIF with required bank proof and ID documents.
- 9Confirm compliance with Annex 2 environmental policy, provide ESG statements if relevant, and confirm any data centre locations and data protection measures including server locations (EEA or adequacy states or safeguards under Regulation (EU) 2018/1725).
- 10If bidding as a consortium, include Annex 5 group information, proof of joint and several liability, and roles of each member.
Where to find documents and support
All procurement documents and annexes are published on the EU Funding & Tenders Portal opportunity page (Tender details ID 0e7321bb-5370). The Invitation letter (EN01), Tender specifications (EN02) and annexes (EN Annex 1–10) are downloadable as listed on the Portal. Electronic submission support and system requirements are available in the eSubmission Quick Guide and IT wiki pages. For Q&A use the 'Questions & answers' section on the Portal (EU Login required). Note: as of 30 June 2026 EU Login will require two-factor authentication; tenderers must ensure EU Login accounts use 2FA before that date.
Contact, questions and Q&A
All questions must be submitted through the Portal Questions & Answers feature (EU Login required). The contracting authority reserves the right not to respond to questions submitted fewer than six working days before the submission deadline. For administrative notifications related to attending the virtual opening, email dgfins.marches@europarl.europa.eu with representative names and submission receipt. For general procurement procedure clarifications, follow the guidance and Q&A on the Portal.
Concluding summary
This procurement is a major institutional tender seeking up to three experienced, well‑capitalised EU‑authorised banks capable of high-volume SEPA and cross‑border payment processing, ISO 20022 electronic messaging and camt.053 statements, multi‑currency account management, competitive account remuneration and FX conditions, strong AML/CFT and sanctions compliance, and high‑quality client support. Tenders will be evaluated on both quality (60%) and financial competitiveness (40%) using a published evaluation scenario. Interested banks must be authorised credit institutions in the EU, meet the minimum credit rating requirement, comply with restrictive measures provisions, register and submit electronically via the EU Funding & Tenders Portal, and supply the full set of annexed documents (tender specifications, technical and financial forms, declarations and evidence). The European Parliament will award up to three contracts using best price‑quality ratio and reserves the right to suspend or cancel the procedure until a contract is signed.
Short Summary
Impact Provide reliable, secure and efficient treasury and payment services to the European Parliament, ensuring fast SEPA and cross‑border execution, accurate electronic reporting and strong compliance over a multi‑year contract. | Impact | Provide reliable, secure and efficient treasury and payment services to the European Parliament, ensuring fast SEPA and cross‑border execution, accurate electronic reporting and strong compliance over a multi‑year contract. |
Applicant Organisations must be licensed EU credit institutions with SEPA and ISO 20022 capabilities, high operational capacity for high‑volume batch processing, multi‑currency FX and correspondent networks, robust AML/CFT and sanctions controls, and a minimum long‑term credit rating of A3/A‑. | Applicant | Organisations must be licensed EU credit institutions with SEPA and ISO 20022 capabilities, high operational capacity for high‑volume batch processing, multi‑currency FX and correspondent networks, robust AML/CFT and sanctions controls, and a minimum long‑term credit rating of A3/A‑. |
Developments Provision and management of institutional banking and treasury services including SEPA/ISO20022 payment processing, camt.053 electronic statements, multi‑currency sub‑accounts and FX execution, account remuneration and detailed invoicing/reporting. | Developments | Provision and management of institutional banking and treasury services including SEPA/ISO20022 payment processing, camt.053 electronic statements, multi‑currency sub‑accounts and FX execution, account remuneration and detailed invoicing/reporting. |
Applicant Type Large corporations (licensed banks/credit institutions) capable of delivering institutional banking services at scale. | Applicant Type | Large corporations (licensed banks/credit institutions) capable of delivering institutional banking services at scale. |
Consortium Single applicants (individual banks) are eligible but groups of economic operators/consortia are permitted provided joint and several liability and required documentation are supplied. | Consortium | Single applicants (individual banks) are eligible but groups of economic operators/consortia are permitted provided joint and several liability and required documentation are supplied. |
Funding Amount Non‑monetary services (contract for banking services); no grant amount specified. | Funding Amount | Non‑monetary services (contract for banking services); no grant amount specified. |
Countries EU Member States (contracting authority based in Luxembourg) and third countries only if covered by procurement agreements with the EU and able to meet EU regulatory/sanctions requirements. | Countries | EU Member States (contracting authority based in Luxembourg) and third countries only if covered by procurement agreements with the EU and able to meet EU regulatory/sanctions requirements. |
Industry Financial services / banking and treasury services sector. | Industry | Financial services / banking and treasury services sector. |
Additional Web Data
Funding Opportunity Overview
The European Parliament is launching an open tender procedure to select up to three banking establishments to provide comprehensive banking services for the period 2027-2031. This is a direct procurement contract with a maximum duration of 60 months, governed by the Financial Regulation (EU, Euratom) 2024/2509. The contracting authority is the European Parliament, Directorate-General for Finance (FINS), based in Luxembourg.
Key Opportunity Details
Procedure Identifier:EP-FINS/LUX/2026/OP/0001
Procedure Type:Open procedure with multiple sourcing (up to three contracts)
Contract Nature:Services contract
Contract Duration:Initial period of 2 years with possibility of annual tacit renewals for a maximum total duration of 5 years (60 months)
Award Method:Best price-quality ratio with 40% weighting for price and 60% for quality
Critical Deadlines
- 1Deadline for receipt of tenders: 8 June 2026 at 15:30 Europe/Luxembourg time
- 2Last date for submitting questions: 29 May 2026 at 23:59 Europe/Luxembourg time
- 3Public opening of tenders: 9 June 2026 at 10:30 Europe/Luxembourg time
- 4TED publication date: 27 April 2026
Scope of Banking Services
The European Parliament requires banking establishments to execute payments, collect revenues, and provide various related banking services. The Parliament processes approximately 367,000 payment instructions annually, with an estimated monthly cash flow ranging from €160-€220 million. The majority of payments (96%) are intra-EU payments within the Eurozone, with 3% to other EU Member States and 1% outside the EU.
Main banking operations include batch payments to vendors, Members of Parliament, and staff members; standing orders and direct debits; revenue collection; and foreign exchange transactions. Payment types encompass pensions, supplier payments, salaries, mission and travel expenses, and allowances. The primary payment currency is Euro, with additional payments in national currencies of non-Euro EU Member States (PLN, DKK, HUF, CZK, RON, SEK) and limited payments in GBP and USD.
Eligibility Requirements
Legal and Regulatory Capacity
Only credit institutions and banks legally entitled to provide banking and payment services in the European Union and duly authorised and supervised by the competent financial authority of an EU Member State may apply. Tenderers must provide a copy of valid banking licence or authorisation certificate from the competent supervisory authority, official authorisation confirming the right to provide payment services, documentation showing local establishment or passporting rights, and a letter from regulatory authority confirming good standing.
Economic and Financial Capacity
Tenderers must demonstrate adequate economic and financial capacity to perform the required services. A minimum long-term credit rating of A3 (Moody's), A- (Standard and Poor's), or A- (Fitch Ratings) is mandatory as of the submission date. Tenderers must provide audited financial statements for the last 3 years, evidence of sufficient capital and solvency in line with prudential regulations, positive financial performance and stability, and copies of valid insurance policies covering banking operational risks, fraud, and professional liability.
Technical and Professional Capacity
Tenderers must be SEPA-compliant payment services providers with formal adherence to the SEPA Credit Transfer Scheme (pain.001). They must operate an electronic payment system enabling processing of required payment volumes within legal time limits and capable of sending bank statements in electronic format (camt.053) suitable for automated reconciliation. Tenderers must maintain a network of correspondent banks to execute non-SEPA-compliant payments in euros and cross-border payments in national currencies other than the euro.
Participation Eligibility
Participation is open on equal terms to all natural or legal persons and public entities in EU Member States and to natural and legal persons from third countries that have concluded specific public-procurement agreements with the European Union. Tenderers must indicate their country of establishment and present supporting evidence normally acceptable under national law.
Exclusion and Selection Criteria
Tenderers must not be in any exclusion situations described in Articles 138-143 of the Financial Regulation (EU, Euratom) 2024/2509. These include bankruptcy, insolvency, breach of tax or social security obligations, grave professional misconduct, fraud, corruption, criminal offences, significant deficiencies in contract performance, irregularities, and resistance to investigations. Tenderers must also comply with restrictive measures under Article 29 TEU or Article 215 TFEU, particularly regarding Russia-related sanctions under Regulation 833/2014 1.
Evaluation and Award Criteria
Quality Criteria (60% of final score - maximum 600 points)
- 1Banking network quality (100 points): Quality of relations with EU establishments for non-SEPA-compliant payments and national currency payments, including list of correspondent banks with BICs, non-EU currencies handled, branch opening hours in Brussels/Luxembourg/Strasbourg, standing order management, and cheque cashing capabilities
- 2Float management (50 points): Capability for instant SEPA payments, same-day salary payments, cut-off times for various payment types and currencies
- 3Customer support service (150 points): Helpdesk availability, response times for telephone and email, dedicated team/single point of contact, average response times for Parliament requests, regular feedback meetings, and structured issue follow-up
- 4Processing compliance (50 points): Organisation of compliance function, performance KPIs, tracking and follow-up of open issues, escalation processes, and continuous improvement mechanisms
- 5Technical setup (150 points): Compatibility with EP's SAP financial system, capability for camt.052/054/086 messages, real-time payment tracking (SWIFT GPI), handling of insufficient funds scenarios, and technical solution costs
- 6Foreign currency account management (100 points): Proposed method for batch payments and account management in EU national currencies and other currencies, minimising balances with minimal administrative effort
Tenderers must obtain at least 40% of the maximum score for each quality criterion and at least 50% of the total maximum quality score (minimum 300 points out of 600). Tenders failing to meet these thresholds are excluded from further evaluation.
Financial Criteria (40% of final score - maximum 400 points)
Financial evaluation is based on a predefined scenario using data provided in the Financial Offer form. The tenderer offering the highest total net revenue (or lowest cost) obtains the maximum score of 400 points. Other tenderers receive proportional scores based on their net results.
- 1Total cost (maximum 200 points): Yearly costs for account maintenance, cost per payment transaction, and currency conversion exchange rates. Score calculated as (Lowest total cost / Total cost tender X) multiplied by 200
- 2Remuneration (maximum 200 points): Bank interest on account balances calculated using reference rate plus margin. Score calculated as (Remuneration tender X / highest remuneration) multiplied by 200
Final score is calculated as Quality score plus Financial score. Tenders are ranked in descending order of final score. In case of tie, the tender with the highest quality score ranks higher. Contracts are awarded to the top-ranked tenderers (maximum three).
Submission Requirements
Tenders must be submitted exclusively via the electronic submission system (eSubmission) on the EU Funding and Tenders Portal. Tenders submitted by email, letter, or other means will be rejected. Tenderers must register in the European Commission's Participant Register to obtain a Participant Identification Code (PIC) before submission. As of 30 June 2026, two-factor authentication is required to access EU Login accounts.
All procurement documents are available in English only. Tenders may be submitted in any official EU language. Tenderers must ensure their tenders contain all required information and documents at the time of submission. After submission but before the deadline, tenderers may withdraw or replace their tenders. Only one tender per tenderer will be considered; if multiple tenders are submitted, only the latest will be evaluated.
Required Documentation
- Declaration on exclusion and selection criteria (Annex 3)
- Financial Identification Form (Annex 4a) with proof of banking information and identification documents
- Guide for completing Financial Identification Form (Annex €4B)
- Information sheet for groups of economic operators (Annex 5) if applicable
- Declaration on subcontractors (Annex 6) if applicable
- Financial data sheet (Annex 7) with audited financial statements for last 3 years
- Declaration on restrictive measures (Annex 8)
- Administrative data form (Annex 9)
- Financial offer form (Annex 10)
- Technical specifications response (Annex 1)
- Copy of valid banking licence or authorisation certificate
- Insurance policies covering operational risks, fraud, and professional liability
- Original document or certified copy from credit rating agency showing minimum A3/A- rating
Special Conditions and Provisions
Non-Exclusivity:Selection of banking establishments confers no right of exclusivity. The European Parliament reserves the right to use other establishments for transactions.
Quality Continuity:Contractors must immediately inform the Parliament of any changes in long-term credit ratings. If ratings fall below tender levels during contract implementation, the Parliament may terminate immediately without compensation. Contractors must also report within 48 hours any failure to meet contract conditions.
Pricing Terms:Prices must be firm and not subject to revision. Quotations must exclude VAT and other equivalent indirect taxes. All prices must be expressed in euros, including for non-eurozone countries. Tenderers in non-euro countries accept exchange rate risks.
Payment Terms:The European Parliament makes payment instructions in international banking using shared charges (SHA) option. Correspondent fees may not be charged to the Parliament; only charges from the Parliament's own payment service providers are accepted.
Environmental and Social Policy:Tenderers must comply with environmental legislation and the Parliament's EMAS environmental management system. They must also observe policies promoting equality and diversity, including non-discrimination principles and equal opportunities based on gender, disability, and other protected characteristics.
Groups of Economic Operators and Subcontracting
Groups of economic operators may submit tenders. The Parliament reserves the right to require a specific legal form if necessary for proper contract performance. Groups must provide proof of legal form through an entity with legal personality, an entity without legal personality offering sufficient protection, or a power of attorney signed by all partners. All group members must undertake joint and several liability for contract performance.
Subcontracting is permitted. Tenderers using subcontractors must complete Annex 6 and provide details of subcontracted work and subcontractor identity. The Parliament may require information on subcontractor financial, economic, technical, and professional capacity. Proposed subcontractors must comply with exclusion criteria. The Parliament may reject any subcontractor not meeting requirements and must be informed of any subsequent subcontracting not provided for in the tender.
Contact and Communication
Questions about the procurement must be submitted in writing through the Questions and Answers section on the EU Funding and Tenders Portal. The contracting authority is not obligated to reply to requests for additional information received fewer than six working days before the deadline. All additional information will be published on the Portal, and it is the economic operator's responsibility to check for updates during the submission period.
For technical issues with eSubmission, contact the eSubmission Helpdesk. For general inquiries, contact dgfins.marches@europarl.europa.eu. Tenderers may request to attend the virtual opening session by sending an email with representative names, email addresses, tenderer name, and eSubmission receipt no later than one working day before the opening.
Data Protection and Legal Framework
Personal data processing is governed by Regulation (EU) 2018/1725 on data protection by Union institutions. The European Parliament acts as data controller. Tenderers may exercise rights under this regulation by contacting dgfins.marches@europarl.europa.eu. Personal data may be registered in the Early Detection and Exclusion System (EDES) if tenderers are in situations mentioned in Article 138 of the Financial Regulation.
The procurement is governed by the Financial Regulation (EU, Euratom) 2024/2509 and the principles of sound financial management, efficiency, and competitiveness. The contracting authority may cancel the procedure at any time until contract signature without tenderers being entitled to compensation. Submission of a tender implies acceptance of all terms and conditions in the procurement documents.
Key Applicant Considerations
- Only EU-authorised credit institutions meeting minimum A3/A- credit rating can apply
- Extremely tight submission deadline of 10 days from publication (8 June 2026)
- Comprehensive technical and financial documentation required; early preparation essential
- Multiple sourcing means up to three contracts will be awarded; competition will be intense
- Quality evaluation heavily weighted (60%) emphasises service excellence over price alone
- Long-term commitment required with 5-year maximum duration and potential for renewal
- Strict compliance with EU financial regulations and sanctions requirements mandatory
- Significant operational volume (367,000 annual payments) requires robust infrastructure
- Multi-currency and multi-country payment capabilities essential for evaluation success
- Restrictive measures compliance particularly important given current geopolitical context 1
Footnotes
- 1Tenderers must ensure compliance with restrictive measures under Regulation 833/2014 concerning Russia. This includes prohibitions on contracting with Russian nationals, entities established in Russia, entities with over 50% Russian ownership, and entities acting on behalf of Russia. Exceptions may apply with competent authority authorisation. Detailed compliance documentation must be provided with Annex 8 declaration.
Update Log
No updates recorded yet.
Discover with AI
Let our intelligent agent help you find the perfect funding opportunities tailored to your needs.
EU Grant Database
Explore European funding opportunities in our comprehensive, up-to-date collection.
Stay Informed
Get notified when grants change, deadlines approach, or new opportunities match your interests.
Track Your Favorites
Follow grants you're interested in and keep them organized in one place. Get updates on changes and deadlines.
Concession for the management of retail services in the buildings of the European Parliament in Brussels and Strasbourg and the management of an online shop.
Concession tender to operate retail services in three European Parliament visitor shops (House of European History and Parlamentarium in Brussels, and Strasbourg) and a multilingual online shop, covering design, procurement, sales and op...
CFT-1747 - IT Security Hardware and Software
CFT-1747 is a European Investment Bank open tender to award a multiple-operator framework agreement (minimum 2, maximum 5 providers) for the supply and renewal of IT security hardware and software and associated services, with an estimat...
Administrative support services to EUSPA
This opportunity is an invitation to tender issued by the European Union Agency for the Space Programme (EUSPA) for the provision of administrative support services, identified as EUSPA/PRG/2026/OP/0003. The total estimated value of the...
Production and dissemination of the Supplement to the Official Journal of the European Union using TED and related services
The Publications Office of the European Union has issued an open procurement (EC-OP/2026/OP/0003, TED ref. 55/2026) for the production and dissemination of the Supplement to the Official Journal (OJ S) via the TED platform, covering take...
Professional Services Dynamic Purchasing System (PROSERV DPS)
The European Commission, specifically DG DIGIT Digital Services, has announced a procurement opportunity for a Professional Services Dynamic Purchasing System (PROSERV DPS). This procurement aims to source professional IT services, inclu...
PRESTATIONS DE SERVICES DE RENFORT MEDICAL POUR LE PARLEMENT EUROPEEN
The European Parliament (PERS) issues tender EP-PERS/2026/OP/0002 to establish cascading framework agreements for medical reinforcement and replacement services in Brussels (Lot 1), Luxembourg (Lot 2) and Strasbourg (Lot 3) and two frame...
CFT-1843 Payroll and Legal Services for EIB non-EU External Offices.
European Investment Bank (EIB) open call for tenders EIB/2026/OP/0002 (TED ref 73/2026 255049-2026) to establish multiple-provider framework agreements for payroll (Lot 1) and legal (Lot 2) services for non-EU external offices. Estimated...
Services de nettoyage
Open procedure tender ESMA/2026/OP/0002 for provision of cleaning services to ESMA (lead), the European Banking Authority and the European Commission Representation in Paris for approximately 12,500 m2, awarded as a single framework agre...
Provision of dark fibre links for audiovisual and data transmission between the European Parliament on one side, and the European Commission and the European Council on the other side
Open tender EP-COMM/2026/OP/0018 issued by the European Parliament Directorate-General for Communication for the provision, installation, commissioning and operation of dark single-mode fibre links to transport audio, video and data betw...
Dynamic Purchasing System (DPS) for IT SERVICES RELATED TO APPLICATION DEVELOPMENT AND MAINTENANCE
This document describes a procurement opportunity under a Dynamic Purchasing System (DPS) established by the European Union Agency for the Operational Management of Large-Scale IT Systems (eu-LISA) for IT services related to application...
Framework contract ASSISTANCE TO THE PERFORMANCE REVIEW BOARD AND THE COMMISSION FOR THE IMPLEMENTATION OF THE PERFORMANCE AND CHARGING SCHEME
European Commission DG MOVE (Unit E.PRB) invites open tenders for a single framework service contract (EC-MOVE/2026/OP/0005, TED 81/2026 287632-2026) to provide independent expert analytical support to the Performance Review Board and it...
Monitoring and analysis services of the Spanish media
The European Parliament DG COMM Directorate for Media has launched tender EP-COMM/2026/OP/0016 for a framework contract to provide daily monitoring and quantitative analysis of Spanish print, online and audiovisual media delivered to the...