Bâtiments : Inspections en gros-œuvre et second-œuvre ; Contrôle technique ; Analyses par laboratoire agréé
Overview
Open procedure tender CDR/2026/OP/0007 led by the Committee of the Regions with the European Economic and Social Committee for a single framework agreement covering three service lots: building inspections (structure and finishes), specialized technical control, and accredited laboratory analyses. The estimated total value is €1,578,234, maximum duration 48 months, and award on the best price-quality ratio (60% quality / 40% price). Eligible operators must submit electronically via eSubmission (EU Login and PIC required) by 28/05/2026 17:00 Europe/Brussels and meet selection requirements including turnover, insurance and accreditations for laboratory asbestos testing where applicable.
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
Qui peut soumissionner
Résumé d’éligibilité
Marché de services (contrat‑cadre) pour 3 volets:1) inspections gros‑œuvre et second‑œuvre des bâtiments et abords, 2) missions de contrôle technique spécialisées (acquisitions, études, travaux), 3) analyses et prélèvements par laboratoire agréé (hygiène, santé, amiante, qualité de l'air/eau, acoustique, électromagnétisme). Les opérateurs économiques établis dans le champ d'application des traités de l'UE peuvent soumissionner (soumissionnaires uniques ou groupements). Les laboratoires intervenant sur les prestations d'amiante doivent être agréés selon la réglementation belge. Les sous‑traitants peuvent être identifiés et engagés conformément aux règles du cahier des charges.
Principales obligations:Utilisation obligatoire d’eSubmission pour déposer l’offre; PIC inscrit; respect du PGSS et du PPSS; fourniture des rapports numériques et bases de données (logiciel d’inspection type APROPLAN ou équivalent). Les inspections comprennent rapports, photos, codification par zone et gravité; les analyses doivent être réalisées en laboratoire agréé 1.
Montants et durée
Valeur indicative totale estimée du marché:€1 578 234. Contrat‑cadre sur une durée maximale de 48 mois. Attribution selon le meilleur rapport qualité/prix (pondération typique qualité 60 % / prix 40 %). Les montants unitaires et coefficients détaillés figurent dans le bordereau financier à compléter.
- 1Sujets financés : inspections (gros‑œuvre / second‑œuvre), contrôles techniques pour acquisitions/études/travaux, analyses de santé/environnement par labo agréé.
- 2Qui peut postuler : entreprises de services, bureaux de contrôle, laboratoires agréés, groupements/consortiums.
- 3Montant indicatif total : €1 578 234 ; durée maximale contrat : 48 mois ; méthode d'attribution : meilleur rapport qualité/prix.
| Élément | Information |
|---|---|
| Type d'appel | Marché‑cadre services (open procedure) |
| Valeur indicative | €1 578 234 |
| Durée maximale | 48 mois |
| Méthode d'attribution | Meilleur rapport qualité/prix |
| Principaux volets | 1. Inspections 2. Contrôle technique 3. Analyses labo agréé |
| Soumission | Exclusivement via eSubmission (EU Login + PIC) |
| Publication | TED 17/04/2026 |
Dates importantes & accès
Dates clés publiées:date limite de réception des offres 28/05/2026 (17:00 Europe/Bruxelles) ; séance d’ouverture publique 02/06/2026 (11:00). Une visite sur place est organisée (dates indiquées dans le cahier des charges). Toutes les demandes, questions et documents transitent via le portail Funding & Tenders.
- 1Inscription au registre des participants et obtention du PIC.
- 2Préparation du PPSS et des pièces administratives demandées (lettre d’accompagnement, attestations, assurances, certificats d’agrément pour labo, etc.).
- 3Soumission électronique complète via eSubmission avant la date limite ; participer aux visites si nécessaire.
| Délais | Horodatage officiel / fuseau |
|---|---|
| Date limite de réception | 28/05/2026 17:00 Europe/Bruxelles |
| Séance d'ouverture | 02/06/2026 11:00 Europe/Bruxelles |
| Date de publication TED | 17/04/2026 |
Footnotes
- 1Documents officiels (textes de l’appel, cahier des charges, bordereau financier et annexes) disponibles sur le portail Funding & Tenders F&T Call details.
Find a Consultant to Support You
Breakdown
Summary and procurement facts
This is an open procedure call for a framework agreement (single contractor) launched by the Committee of the Regions (lead) with the European Economic and Social Committee as a participating contracting authority. The contract groups three distinct service areas (three volets): 1) Inspections of building fabric (gros-œuvre) and finishes (second-œuvre) including façades, roofs and external surroundings; 2) specialised technical control missions (control technique) for acquisitions, studies and works; 3) analyses and measurements by accredited laboratory in fields of hygiene, health, wellbeing, prevention and workplace safety. The maximum contract duration is 48 months; award criterion is best price-quality ratio. The estimated total value published is €1 578 234. Deadlines and key dates: TED publication 17/04/2026; tender submission deadline 28/05/2026 17:00 (Brussels time); public opening 02/06/2026 11:00; contracting authority may stop replying to questions after 19/05/2026 23:59. Submission is electronic via eSubmission (EU Login required).
| TED reference | 75/2026 262637-2026 |
|---|---|
| Procedure identifier | CDR/2026/OP/0007 |
| Nature of contract | Services - Framework agreement without reopening of competition |
| Estimated total value | €1 578 234 |
| Maximum contract duration | 48 months |
| Main CPV | 71315400 - Building-inspection services |
| Submission method | Electronic (eSubmission via EU Login) |
| Award method | Best price-quality ratio (quality 60% / price 40%) |
Full description of the opportunity
Purpose and scope:The framework contract covers three separate volets to improve the quality and safety of the Committees' real estate portfolio (security and health of people, comfort, watertightness, durability, maintainability). Volet I: inspections in gros-œuvre (structure, façades, roofs, external joinery), second-œuvre (false ceilings, raised floors, partitions, finishes), stability of special techniques and external surroundings. Volet II: specialist technical control missions for acquisitions, studies and construction works (control technique), covering technical disciplines (structures, envelopes, MEP, fire safety, acoustics, energy, commissioning and performance verification). Volet III: accredited laboratory analyses and measuring services (air quality, water quality, asbestos sampling and identification, particulate gravimetric measurements, oils, electromagnetic measurements, acoustics, other hygiene/health prevention analyses).
Geography and buildings covered:All buildings of the Committee of the Regions and the European Economic and Social Committee located in the Belliard/Montoyer area of Brussels. The tender provides plans and building lists; the authority may extend the list of participating EU bodies or add buildings during the procedure. Works are mainly on occupied buildings; site visits were scheduled (28/04/2026 and 30/04/2026) and a mandatory subscription to the F&T tender page is recommended for updates F&T Tender Page 1.
Deliverables and reporting
Volet I (Inspections):periodic systematic inspections per preconfigured FIT programmes (frequencies 1–4 years) and non-systematic investigations on demand; digital tablet-based capture into an inspection management system (APROPLAN or equivalent) including geo-located remarks, photos, severity coding, and Excel export. Reports: per-domain PDF reports and a consolidated archive; monthly planning and annual synthesis report with KPI/statistics and recommendations. Immediate notification and escalation for safety-critical findings; reports must be delivered within contractual timeframes (systematic reports: within 10 working days; urgent initial informal report: within 6 hours; inspection non-systematic: 5 working days).
Volet II (Control technique):advisory and formal technical control missions for design and execution phases: APD (preliminary design) and APE (execution design) reviews, calculations verification, review of specifications and as-built documents, site visits and construction phase surveillance, participation in commissioning and provisional receptions, assistance with dossier completeness for insurance and final acceptance. Contracting modes: percentage-based fees (for projects), time-based (regulated cap) or lump sum per defined task. Deliverables: formal technical reports, site visit minutes, verification notes, final handing over observations. Timescales: 10 working days for typical study-phase reports; 2 working days for site visit summaries unless otherwise agreed.
Volet III (Laboratory analyses):accredited laboratory tests for asbestos (materials and air), legionella and water quality, indoor air (COV, PM, CO, CO2, NOx, O3), oils, electromagnetic field measurement, acoustics, light levels, and other hygiene/safety analyses. The contractor must use laboratories accredited and authorised under Belgian federal rules where required (SPF Employment authorisations for group 2 fibers and group 6 asbestos in materials). Deliverables: laboratory certificates, analysis reports, measurement charts, and recommendations. Response times vary by test; the tender defines typical volumes and regies (annual estimates) and fixed unit prices in the financial schedule.
Inspection management and quality systems:The supplier must implement a quality management process aligned to ISO 9001 principles (manual, procedures, KPIs) and use the inspection software to deliver consistent structured outputs, retain archives and enable real-time access for the authority. Data ownership and handover of databases and as-built deliverables are mandatory at contract end.
Procurement and application mechanics
Procedure type and submission:Open procedure. Offers must be submitted electronically in eSubmission (EU Login) before the deadline. Only one offer per economic operator; single bidder or joint tender (groupement) permitted. Subcontractors and entities whose capacities are relied upon must be identified and supply engagement letters (annexes IV_A and IV_B).
Required administrative documentation:The tender documentation lists 26 enclosures including invitation, Part 1 administrative conditions, Part 2 technical specifications, annex I list of documents to attach to the offer (identity, forms, declaration on honour, insurances, financial forms, PPSS, evidence of capacity, accreditations, certificates of good execution, ISO or equivalent quality evidence, laboratory accreditations, PIC and registration in the participants register).
- 1eSubmission via EU Login is mandatory; files must match portal system requirements and size limits.
- 2PIC (Participant Identification Code) registration is required prior to submission.
- 3Signature policy: QES signatures are strongly encouraged; Annexe IX contains QES identification template.
- 4Site visit: organised dates were published; attendance recommended and questions from the visit posted publicly on the portal.
Evaluation and award:Technical quality (60%) and price (40%). Quality is scored per volet: inspections (40 points), control technique (40 points) and laboratory (20 points). Each quality criterion has minimum pass thresholds (organisation of technical support, quality system, technological and regulatory watch). Price scoring formula: (lowest price / offer price) * 100. Final ranking uses weighted quality and price scores. Framework agreement (single contractor) will be signed with one contractor. The contract provides for follow-on specific contracts using the framework clauses.
Financial and contract model
The procurement is a framework agreement without re-opening of competition. The financial schedule supplied includes detailed unit prices, day rates, regies (capped) and coefficients for special access equipment, weekend surcharges and cancellation fees. Estimated values and volumes are indicative; the authority will place specific orders (purchase orders) for individual tasks. Total estimated contract value is published as €1 578 234. Payments are in EUR, exclusive of VAT, and the authority is VAT exempt; bidders must price in EUR. The contract ceiling will be calculated from the awarded financial offer for the estimated volumes, plus a 20% contingency for indexation and unforeseen needs. Within three years the authority may award additional repeat services via negotiated procedure up to 50% of the initial ceiling under specified rules.
Eligibility, capacity and selection rules
Eligible applicants:any legal person (company, consultancy, laboratory) legally established in the scope defined by EU treaties and applicable procurement access rules. Joint bids allowed. Subcontracting is permitted but identified subcontractors whose capacities contribute to the selection must sign engagement letters. Entities whose capacities are relied upon (not subcontractors) must also provide commitment letters. Access restrictions apply for entities subject to EU restrictive measures (sanctions).
- 1Eligible applicant types: consultancy and engineering firms, testing laboratories (accredited), inspection companies, building surveyors, structural engineers, specialist subcontractors, SMEs and larger companies, public bodies where allowed, joint ventures, and consortia.
- 2Minimum documented economic/financial criteria: average annual turnover (last 3 years) > €540 000; civil professional liability insurance of at least €1 250 000 per claim per year.
- 3Minimum technical criteria: evidence of similar contracts (inspections, technical control, laboratory) in Belgium (counts specified per subtype), laboratory accreditation certificates (for asbestos groups 2 and 6 Belgian SPF approval where required), and an insurance acknowledgement for technical control enabling decennial insurance placement.
Selection documentation:declaration on honour (Annex V), proof of legal registration, financial statements or bank references, insurance certificates (Annex VI), certificates of good execution (Annex VII), CVs, relevant accreditations and certificates, references for similar projects (with client attestations). The contracting authority may request supporting evidence as part of the award phase.
Evaluation details and quality criteria
Quality assessment:Inspections, Control technique and Laboratory volets are evaluated separately with minimum pass marks per criterion. Inspectors must demonstrate organisation of technical support (structure, availability of experts across disciplines), quality management system documentation (manual, KPIs, ISO9001 advantage), and technology & regulatory watch (procedures, external subscriptions). Specific point allocations, minimum thresholds and documentation requirements are given in the technical specifications and FIT annexes. Failure to reach minimum points for a criterion or a volet results in rejection of the offer.
Key performance and reporting requirements:Monthly progress reporting, weekly timesheets for regie missions, immediate escalation for safety-critical findings, digital upload of inspection records and laboratory certificates, annual synthesis report with recommendations and trend statistics. All deliverables in French; good French writing skills required from report authors.
Compliance, security and site rules
The tender documents include an extensive administrative specification and a Plan Global de Sécurité et Santé (PGSS). Successful contractor must comply with the PGSS, the site safety brochure, rules on badge access, site visits, PPSS requirements, asbestos management, EMAS environmental requirements and local security procedures. Certificates (training, PPE, VCA or national equivalents) for personnel working at height or with hazardous substances are required. For façade work, use of nacelles and access equipment follows the authority’s annex procedures including authorisation, checklists and trained operators.
Insurance, data and confidentiality:Insurance: bidder must show civil liability insurance min €1 250 000 per claim and any sectoral certificates asked in the annexes. Data protection: personal data processing will follow Regulation (EU) 2018/1725; the privacy declaration is published with the tender. All inspection and laboratory data transferred to the authority at contract end; documentation and databases become property of the authority.
How to apply and templates
Application is by open call on the EU Funding & Tenders Portal. Mandatory eSubmission via EU Login. Required templates and annexes are published in the call documents in French. Notable templates: Annex I list of documents to attach to the offer; Annex II cover letter model; Annex III model consortium agreement/proxy; Annexes IV A/B engagement letters for sub-contractors/entities invoked; Annex V declaration on honour; Annex VI insurance certificate model; Annex VII certificate of good execution; Annex VIII financial schedule (Excel + signed PDF); Annex IX QES signature identification. All attachments must be named and uploaded per instructions in Annex I. The portal Q&A functionality is the only channel for clarifications during the tender phase.
- 1Application type: Open call via eSubmission
- 2Languages: all EU official languages allowed; official documents are published in French (French text prevails)
- 3Deadlines: questions cutoff 19/05/2026; tender submission 28/05/2026 17:00 Brussels time; public opening 02/06/2026
Categorisation answers (structured)
Eligible Applicant Types:Consultancies and engineering companies (including structural and façade inspectors), building inspection firms, accredited testing laboratories (with required Belgian accreditations for asbestos groups where applicable), SMEs and large enterprises, specialist contractors for façade access and testing, research institutes and university-affiliated labs (when accredited), public institutions where permitted, joint ventures/consortia and subcontractor networks (engagement letters and identification required).
Funding Type:This is a public procurement service contract (framework agreement). Not a grant, loan or equity instrument.
Consortium Requirement:Single contractor will be appointed to the framework (the tender accepts single applicants or joint offers/groupements). If a joint offer is submitted members must provide a signed consortium agreement/proxy (Annex III).
Beneficiary Scope (Geographic Eligibility):EU institutions and bodies location: work will be carried out in Brussels; eligibility follows procurement rules – participants from EU Member States and countries permitted under the EU procurement access rules. Registration in the Participant Register (PIC) is required.
Target Sector:Built environment: buildings, construction and real estate services (inspection, technical control, laboratory testing). Sectors: buildings, construction, environment, health & safety, engineering, facilities management, laboratory services and compliance testing.
Mentioned Countries:Belgium (Brussels) is explicitly referenced as execution place. Contracting authorities are EU bodies (Committee of the Regions and EESC) headquartered in Brussels.
Project Stage:Maturity spans operational to remedial and advisory stages: inspections (monitoring/condition assessment), technical control (design review, verification, commissioning, construction supervision), laboratory testing (diagnostic, monitoring). Applicable to maintenance, refurbishment, acquisition and construction projects from study, design to execution and commissioning.
Funding Amount:Estimated total value published: €1 578 234 (indicative, for full duration). Individual call orders will be priced using the uploaded financial schedule. Framework ceiling computed from awarded offer and estimated volumes plus 20% reserve.
Application Type:Open call - single deadline (28/05/2026 17:00 Brussels). Electronic submission only (eSubmission).
Nature of Support:Financial remuneration for services (service contract payments). The contract delivers monetary payments for services; beneficiaries receive money for services delivered, and operational non‑monetary support (access to building documentation, site visits).
Application Stages:Single-stage electronic application. Evaluation includes administrative, exclusion, selection and award. There may be clarifications requests; successful tenderers proceed to award and framework signature and then to competitive call-offs (specific contracting) under the framework.
Success Rates:No historical success rates provided. Competition is open; award is to the economically most advantageous tender (single winner). Framework award rate depends on number of bidders; success cannot be predicted from published documents.
Co-funding Requirement:No co-funding required. This is a public procurement: contractor will be paid for services rendered under contract terms (no co-funding obligation from supplier).
Application templates and structure (what to upload)
Mandatory attachments (see Annex I and FITs in tender):cover letter (Annex II), identification form and legal registration documents, proof of PIC registration, consortium agreement (Annex III) if joint bid, letters of commitment for identified subcontractors (Annex IV_A) and for entities whose capacities are relied upon (Annex IV_B), declaration on honour (Annex V), insurance certificate model (Annex VI), certificate of good execution (Annex VII), financial schedule (Annex VIII) in both signed PDF and Excel, QES identification (Annex IX) if QES used. Technical offer must include: method statements per volet, organisation and CVs for key staff, quality management description and relevant certificates, sample report templates. Laboratory offers must attach accreditation documents (SPF approvals where applicable).
- 1Annex II: Letter of accompaniment (cover letter) with consortium roles and notation of QES signatory if used.
- 2Annex I: Checklist and how to name and upload files in eSubmission (follow section Part 1 and Annex I).
- 3Annex VIII: Financial schedule (Excel + signed PDF). Inconsistency resolution rule: signed PDF prevails.
- 4Annex V: Declaration on honour (exclusion and selection) must be signed and included.
Mandatory technical evidence and minimum pass conditions
Minimum selection thresholds (examples):economic/financial: 3-year average turnover > €540K; professional indemnity insurance €1.25M per claim per year. Technical: evidence of specified numbers of similar contracts in Belgium over last three years: Inspections (2); Control technique (3); Laboratory (2). Laboratory bidders must present Belgian authorisations for asbestos groups if they propose asbestos testing for groups 2 and 6. Control technical offices must present an attestation from an insurer confirming capacity to carry out assignments enabling decennial insurance subscriptions. These are mandatory selection filters; offers failing these minimums will be excluded.
How this opportunity is managed operationally (key practicals)
Access, security and site processes:EU Login is required; two-factor authentication mandatory after June 30, 2026. Site induction is required; badges are issued per nominated personnel (Annex I list). Contractors must follow PGSS and the visitor/site safety brochure. Particular processes for façade access and nacelle use are included in annexes (authorisations, checklists, PPSS). Inspections must use tablets and the inspection platform; the appointed contractor will train or provide staff able to use the system. Laboratory sampling chain of custody and accredited methods are mandatory. All documentation is delivered in French (official documents are in French).
Key operational templates to prepare:Prepare: Annex II cover letter (roles & responsibilities); Annex IV_A/B signed commitment letters for subcontractors or capacity providers; Annex V declaration on honour; Annex VIII financial schedule (Excel + signed PDF); technical method statements, CVs, PPSS for on-site works, sample inspection report template, sample laboratory chain-of-custody and analysis report template, validation evidence of insurance and relevant accreditations.
Risks, constraints and special conditions
Important constraints:work on occupied buildings with coordination and phasing obligations; strict safety and asbestos rules; requirement for minimally invasive investigative techniques unless a different scope is ordered; access to façades and roofs often requires specific equipment and approvals (annexes 7 and 8); compulsory digital inspection reporting and handing over of databases at contract end; authority reserves right to refuse access for security/morality reasons; sanction and exclusion rules apply for false information. The authority may request additional audits and evidences during award and contract execution.
Success tips and bidder preparation checklist:Ensure PIC registration and EU Login; prepare Annex I package; collect and sign subcontractor letters; ensure laboratory accreditations and SPF approvals where required; prepare CVs showing required years of experience; produce a concise PPSS and quality manual excerpts; configure inspection management software and prepare example reports; price carefully on annex VIII (unit rates, day rates and coefficients for access equipment) and ensure insurance limits meet minimums; attend site visit and submit clarifying questions via portal Q&A well before the six-day cutoff.
- 1Register in Participant Register and get PIC early
- 2Create EU Login and enable 2FA by June 30, 2026
- 3Prepare Annex I documentation pack in French where possible
- 4Collect and sign Annex IV_A/B engagement letters for all identified subcontractors and invoked entities
- 5Ensure laboratory authorisations and insurance documents are current
Conclusion: what is this opportunity about?
This procurement is a four‑year framework agreement aimed at one contractor to deliver three building-related services for EU bodies in Brussels: 1) regular and investigative building inspections covering structure, façades, roofs, finishes and external areas; 2) independent specialist technical control (design and construction control, commissioning, technical advice) to support acquisition, design and works projects; 3) accredited laboratory testing for hygiene, health and safety (air, water, asbestos, particles, oils, electromagnetic and acoustic measurements). The procurement requires demonstrable technical capacity, relevant experience in Belgium, insurance and for laboratory work the necessary national accreditations. Submission is electronic via the EU Funding & Tenders Portal following the instructions and templates provided; evaluation will be via best price-quality ratio with strict minimum thresholds on quality criteria. The awarded contractor will enter a framework agreement and be invited to execute call-off contracts (specific orders) across the three volets for the Authority’s buildings in Brussels.
Footnotes
- 1Full procurement documentation, access to documents and subscription to updates are on the EU Funding & Tenders Portal at the tender page: Tender Notice.
Short Summary
Impact Improve the safety, health, comfort, watertightness, durability and maintainability of the Committee buildings in Brussels through systematic inspections, technical control and accredited laboratory testing. | Impact | Improve the safety, health, comfort, watertightness, durability and maintainability of the Committee buildings in Brussels through systematic inspections, technical control and accredited laboratory testing. |
Applicant Applicants must be able to deliver building inspections (structure and finishes), specialised technical control for design/construction/commissioning, and accredited laboratory analyses (air, water, asbestos, Legionella, acoustics, electromagnetism) with appropriate quality systems and Belgian accreditations where required. | Applicant | Applicants must be able to deliver building inspections (structure and finishes), specialised technical control for design/construction/commissioning, and accredited laboratory analyses (air, water, asbestos, Legionella, acoustics, electromagnetism) with appropriate quality systems and Belgian accreditations where required. |
Developments Activities funded cover periodic and ad‑hoc building inspections, technical control missions for acquisitions/studies/works (including decennial insurance enablement), and accredited hygiene/health/safety laboratory measurements and reports. | Developments | Activities funded cover periodic and ad‑hoc building inspections, technical control missions for acquisitions/studies/works (including decennial insurance enablement), and accredited hygiene/health/safety laboratory measurements and reports. |
Applicant Type Profit organisations (SMEs or larger companies) with consultancy/engineering, inspection and accredited laboratory capabilities. | Applicant Type | Profit organisations (SMEs or larger companies) with consultancy/engineering, inspection and accredited laboratory capabilities. |
Consortium Framework is for a single contractor but joint offers (consortia/groupements) and identified subcontractors are permitted and supported by required engagement letters. | Consortium | Framework is for a single contractor but joint offers (consortia/groupements) and identified subcontractors are permitted and supported by required engagement letters. |
Funding Amount Estimated total value:€1,578,234 for the framework (maximum duration 48 months). | Funding Amount | Estimated total value:€1,578,234 for the framework (maximum duration 48 months). |
Countries Work is carried out in Brussels, Belgium (Belliard/Montoyer area); applicants must be established in EU Member States or countries eligible under EU procurement rules. | Countries | Work is carried out in Brussels, Belgium (Belliard/Montoyer area); applicants must be established in EU Member States or countries eligible under EU procurement rules. |
Industry Built environment / construction sector (building inspection, technical control and facilities management with a health & safety and environmental testing focus). | Industry | Built environment / construction sector (building inspection, technical control and facilities management with a health & safety and environmental testing focus). |
Additional Web Data
Opportunity Overview
This is an open procedure tender (CDR/2026/OP/0007) for a single framework agreement covering three distinct service lots aimed at improving the quality of the European Committees' real estate portfolio in terms of safety, health, comfort, watertightness, durability, and ease of maintenance. The lead contracting authority is the Committee of the Regions of the European Union, with the European Economic and Social Committee as a participating authority. TED reference: 75/2026 262637-2026.
Key Dates:TED publication: 17/04/2026. Questions deadline: 19/05/2026 23:59 Europe/Brussels. Tender deadline: 28/05/2026 17:00 Europe/Brussels. Public opening: 02/06/2026 11:00 Europe/Brussels.
Financial Details:Estimated total value: €1,578,234. Maximum duration: 48 months. Award criterion: best price-quality ratio (40% price, 60% quality). Framework agreement without reopening of competition.
Three Service Lots (Volets)
Lot 1: Inspections of Structural Work (Gros-œuvre), Finishing Work (Second-œuvre), and External Areas
Covers systematic and non-systematic inspections of structures, facades, roofs, exterior joinery, false ceilings, raised floors, partitions, coatings, stability of special techniques, and external approaches. Includes access to facades using lifts/nacelles with qualified operators. Systematic inspections follow predefined FIT programs; non-systematic are ad-hoc or investigative.
Lot 2: Specialized Technical Control in Construction
Technical control missions during acquisitions, studies, and construction works. Covers structural stability, watertightness, special installations (HVAC, electricity, fire safety), energy performance, environmental performance, and commissioning. Enables decennial insurance if required. Missions priced by daily rates, percentages of project value, or fixed fees.
Lot 3: Analyses and Measurements by Accredited Laboratory
Laboratory analyses in hygiene, health, well-being, prevention, and safety domains. Includes air quality (VOCs, particles, asbestos), water quality (potability, Legionella), asbestos in air/materials, oil analysis, lighting, acoustics, electromagnetism. Requires SPF accreditation (groups 2: Fibers, 6: Asbestos identification). Priced by capped hourly rates, fixed fees, and subcontractor markup.
Eligibility and Participation
Open to economic operators under EU Treaties or third countries with specific public procurement agreements (GPA excluded). Requires EU Login account, PIC registration. Electronic submission only via eSubmission. Joint offers allowed; subcontracting permitted with identified subcontractors for selection criteria.
Selection Criteria
- Legal/Regulatory: Registration in trade/professional register.
- Economic/Financial: Average annual turnover >€540,000 (last 3 years, consolidated); Civil liability insurance >=€1,250,000 per claim/year.
- Technical/Professional: Specific contracts (e.g., 2 GO/SO tertiary buildings in Belgium, 3 technical controls, 2 lab contracts last 3 years); Belgian SPF accreditation (groups 2/6 asbestos); Attestation for decennial insurance eligibility (<3 years old).
Quality Evaluation Criteria (60% weight)
| Lot | Max Points (Min) | Sub-criteria |
|---|---|---|
| Inspections | 40 (16) | Technical support organization (25), Quality system (10), Tech/regulatory monitoring (5) |
| Technical Control | 40 (16) | Technical support organization (25), Quality system (10), Tech/regulatory monitoring (5) |
| Laboratory | 20 (8) | Technical support organization (10), Quality system (5), Tech/regulatory monitoring (5) |
Minimum points required per sub-criterion and lot; failure rejects offer. Price:40% (lowest bid = 100 points).
Submission Requirements
- 1Cover letter (Annex II), power of attorney (joint offers, Annex III), commitments from subcontractors (Annex IV_A/B).
- 2Declaration on honor (exclusion/selection criteria, Annex V).
- 3Insurance certificate (Annex VI), good execution certificates (Annex VII).
- 4Financial bordereau (Annex VIII, PDF+Excel), technical offer (descriptions, CVs, methodologies max 3/2/1 pages per lot).
- 5All via eSubmission; PIC required; max 200 attachments <50MB each.
Key Documents (26 available)
- Invitation to tender.
- Administrative specifications (Part 1) + Annexes I-IX (lists, models, declarations).
- Technical specifications (Part 2) + Annexes (plans, PGSS, access procedures).
- Draft contract + Annexes (specific models, notifications).
Site visit:28/04/2026 and 30/04/2026 at Rue Belliard 101, B-1040 Brussels (request 2 days prior to procurement-js-cor@cor.europa.eu, max 3 persons/firm).
Applicable Rules and Contacts
Governed by EU Financial Regulation. Questions via F&T Portal Q&A. Contact:procurement-js-cor@cor.europa.eu. Primary URL: EU Funding & Tenders Portal. CPV: 71315400 - Building-inspection services.
Footnotes
- 1Detailed specs in tender documents; download from portal. Asbestos-free/safe certifications for buildings; specific handling required.
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.
Contrat-cadre de mise en oeuvre d’échafaudages, plateformes, portiques ou tout autre support pour le travail en hauteur ou dans des zones inaccessibles dans les bâtiments du Parlement européen à Strasbourg
Open procedure tender EP-INLO/SXB/2026/OP/0005 for a framework contract to supply, install, dismantle and transport scaffolding, platforms and height-access systems for European Parliament buildings in Strasbourg. Estimated value EUR 2,0...
Fourniture de cloisons dans le cadre du réaménagement du bâtiment Charlemagne
EU open tender EC-OIB/2026/OP/0003 for the supply of modular full-height and glazed partitions, door modules, claustra elements and related accessories for the Charlemagne building refurbishment in Brussels. The contract is a single-awar...
Bureau d'études en architecture et techniques spéciales pour des missions de projets immobiliers, de réaménagement d'espaces, de techniques spéciales et d'assistance intégrée dans les différents domaines du bâtiment
The Committee of the Regions (lead) with the European Economic and Social Committee has launched an open tender (CDR/2026/OP/0005) to award a single-operator framework agreement for multidisciplinary architecture and special techniques e...
Services de contrôle des règles sanitaires en matière de production et de distribution d'aliments et de boissons dans les bâtiments du SGC de l'Union Européenne à Bruxelles et pour les réunions du Conseil à Luxembourg
The Secrétariat général du Conseil de l'Union européenne (CONSILIUM/2026/OP/0005, TED ref 80/2026 283503-2026) is procuring a framework agreement of up to 48 months for food safety control services comprising hygiene audits, HACCP verifi...
Provision of General Maintenance at EUAA Premises in Italy (Buildings and containers). Lot 1 in Northern and Central Italy. Lot 2 - South of Italy
The European Union Agency for Asylum (EUAA) has published an open tender (EUAA/MLA/2026/OP/0010, TED ref. 82/2026 291530-2026) to award two single-award framework contracts for preventive, corrective and emergency maintenance of building...
NL-Petten: Diensten kadercontract voor onderhoud en kleine werken betreffende werktuigbouwkundige installaties van het GCO Petten waaronder sanitair, verwarming en ventilatie, inclusief levering van materiaal
The European Commission Joint Research Centre (JRC) in Petten is tendering a single-award framework agreement for maintenance and minor works on mechanical installations (sanitary, heating, ventilation, cooling, compressed air, drainage,...
APPEL D’OFFRES N° 06D20/2025/M056 Parlement européen - Mission de Bureau de Contrôle - Contrat-cadre
The European Parliament (DG INLO) invites tenders for a mono-award framework agreement (EP-INLO/2026/OP/0002) to provide independent technical control and advisory services for acquisition projects, real estate works and building managem...
Quality Assurance to Monitoring & Evaluation Systems for the EU External Action
The European Commission DG INTPA has launched a restricted tender EC-INTPA/2026/EA-RP/0043 to procure external quality assurance services for monitoring and evaluation systems across DG INTPA, DG ENEST, MENA and FPI with an estimated val...
Travaux de câblage pour les réseaux structurés
The European Commission (OIL Luxembourg) has published an open tender EC-OIL/2025/OP/0011 for structured network cabling and fit-out of sensitive telecommunications premises in Commission buildings in Luxembourg, organised as a single fr...
NL-Petten: Preventief en correctief onderhoud van luchtbehandelingskasten van het GCO Petten, alsmede éénmalig herstel volgens bevindingenlijst
This tender (EC-JRC/PTT/2026/OP/0492) issued by the European Commission Joint Research Centre (GCO Petten) procures preventive and corrective maintenance services for air handling units at the Petten site. The scope includes annual preve...
Provision of cleaning services for the EUAA premises in Cyprus
Open call by the European Union Agency for Asylum (EUAA) to establish a single framework contract for professional cleaning services at EUAA premises in Cyprus, covering the Nicosia Head Office and Pournara Camp. The contract has an esti...
House of European History in Brussels exhibition maintenance, renewal and construction
The European Parliament Directorate General for Communication has published an open tender for a framework contract to provide exhibition maintenance, renewal and production services at the House of European History in Brussels. The maxi...