Capacity building of veterinary and plant health services in the Western Balkans
Overview
The European Commission (DG SANTE) has published a call for tenders to build capacity in veterinary and plant health services across Albania, Bosnia and Herzegovina, Kosovo, Montenegro, North Macedonia and Serbia. The procurement is split into two lots: Lot 1 Animal Health and Welfare with a maximum budget of €2,750,000 and Lot 2 Plant Health and Plant Reproductive Material with a maximum budget of €1,500,000, each for up to 36 months and awarded as direct service contracts. Evaluation is by best price-quality ratio and the contract requires specified legal, financial and technical selection evidence, mandatory key experts, pre-financing guarantees, regular reporting and an operational base in the Western Balkans. Tenders must be submitted electronically via the EU Funding and Tenders Portal eSubmission system by 18 May 2026 at 16:00 CET.
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
Opportunity type and authority
Call for tenders EC-SANTE/2026/OP/0023
Direct procurement by the European Commission, DG SANTE (Directorate G:Crisis preparedness in food, animals and plants). Open procedure covering two separate service contracts (two lots).
What it funds:Technical assistance, capacity building, training, contingency planning, laboratory support, surveillance and cross-border coordination for veterinary services (animal health and welfare) and plant health and plant reproductive material (PRM/FRM) in six Western Balkan countries 1.
- 1Lot 1: Animal Health and Welfare — veterinary capacity, surveillance, contingency plans, animal welfare controls
- 2Lot 2: Plant Health and PRM/FRM — pest surveys, plant passports, PRM/FRM certification and variety registration
Who can apply
Open to economic operators established in the EU, participating third countries and signatories of relevant international procurement agreements who meet exclusion and selection criteria. Single tenderers or groups (joint tenders) may apply; subcontracting permitted following procurement rules.
Budget and contract details
Estimated total value €4 250 000 (excluding VAT). Two independent lots:Lot 1 estimated €2 750 000; Lot 2 estimated €1 500 000. Maximum contract duration per lot 36 months. Award by best price–quality ratio.
| Lot | Scope | Estimated value (EUR) | Deadline (Brussels time) |
|---|---|---|---|
| Lot 1 | Animal Health and Welfare | 2 750 000 | 18/05/2026 16:00:59 |
| Lot 2 | Plant Health and PRM/FRM | 1 500 000 | 18/05/2026 16:00:59 |
How to apply
Tenders must be submitted electronically via the EU Funding & Tenders Portal eSubmission system. Tender documents, technical and financial specifications, and annexes are available on the Portal (Tender reference 742f3573-147e). Read the invitation, draft contract and tender specs carefully before submitting.
Important dates:Tender publication date 08/04/2026; submission deadline 18/05/2026 16:00 Europe/Brussels; public opening 19/05/2026 10:00 Europe/Brussels 1.
- 1Register organisation in the Participant Register and obtain a PIC (if not already registered).
- 2Submit all required administrative, selection and technical documents in the Portal (see Annex 1 of tender specifications).
- 3Follow Q&A deadlines (questions not guaranteed after 06/05/2026).
Selection & award highlights
Selection requires evidence of legal status, economic/financial capacity (minimum average turnover per lot) and technical experience (project references). Award is by best price–quality ratio; quality scoring includes rationale, strategy, backstopping and timetable.
| Evaluation factors | Notes |
|---|---|
| Quality weighting | 70% (minimum quality thresholds apply) |
| Price weighting | 30% |
| Minimum technical references | Lot 1: at least 2 similar contracts >= €1 500 000; Lot 2: at least 1 contract >= €1 000 000 (see tender specs) |
Practical notes
All tenders and correspondence must follow the eSubmission system rules (supported browsers, file sizes, PIC requirements). Documents may be requested from the presumed successful tenderer before award. The contracting authority may suspend, amend or cancel the procedure; costs of preparing a tender are not reimbursed.
Footnotes
- 1Full procurement documents, draft contract and tender specifications are available on the Funding & Tenders Portal at the tender link: Funding and Tenders Portal.
Find a Consultant to Support You
Breakdown
Opportunity summary
The European Commission, Directorate-General for Health and Food Safety (DG SANTE) is launching an open call for tenders (procedure EC-SANTE/2026/OP/0023) to procure two separate direct contracts to provide capacity building for veterinary services (Lot 1) and plant health and plant reproductive material services (Lot 2) in six Western Balkan countries. The procurement is managed through the EU Funding & Tenders Portal and electronic submission (eSubmission) is mandatory. The contracting authority published the tender documents in April 2026 and set the deadline for tenders at 18 May 2026 (16:00 Brussels time). Public opening of tenders is scheduled for 19 May 2026 at 10:00 (Europe/Brussels).
Procurement modality and structure:Direct management through procurement. Two separate lots: Lot 1 Animal Health and Welfare (services, maximum duration 36 months); Lot 2 Plant Health and Plant Reproductive Material (PRM) including Forest Reproductive Material (FRM) (services, maximum duration 36 months). Each lot is evaluated independently; tenderers may bid for one or both lots.
- 1Lot 1: Animal Health and Welfare — Purpose: capacity building of veterinary services in the Western Balkans, including disease prevention, detection, surveillance, control and eradication; laboratory strengthening; contingency planning; vaccination support; animal by-products management; cross-border coordination; and animal welfare official controls. Estimated lot value: €2,750,000 (framework/direct contract).
- 2Lot 2: Plant Health and PRM (including FRM) — Purpose: capacity building of plant health services and PRM/FRM systems, including alignment with EU plant health law, multiannual survey programmes, plant passport systems, import controls, PRM certification and labelling, variety registration and FOREMATIS alignment, and regional cooperation. Estimated lot value: €1,500,000 (framework/direct contract).
- 3Estimated total value for both lots: €4,250,000.
Eligibility and participation
DG SANTE accepts tenders from economic operators established within the scope of the EU Treaties, including international organisations and, where applicable, entities from third countries covered by procurement access rules (e.g. GPA parties where applicable). Tenderers must be registered in the Participant Register and hold a PIC to submit in eSubmission. Joint tenders (groups of economic operators) are allowed; subcontracting is permitted subject to rules in the tender specifications. Participation is prohibited for entities subject to EU restrictive measures and for entities in exclusion situations described in the Financial Regulation; tenderers must submit a Declaration on Honour on exclusion and selection.
Eligible applicant types:Eligible applicant types include: SME and large enterprises (consultancies, service companies), universities and research institutes, nonprofits and NGOs with relevant technical capacity, training providers, international/regional organisations, consortia (joint tenders), and other legal persons able to deliver international capacity building services. Public authorities may participate within the rules and where not restricted by conflict of interest rules. Subcontractors and entities on whose capacity tenderers rely are acceptable under the conditions set in the tender specifications.
Funding type:Procurement / service contracts (direct contract). The instrument is a paid service contract awarded by open public procurement procedure; the award method is best price-quality ratio.
Consortium requirement:Single tenderer or joint tender (consortium) allowed. Joint tenders must appoint a group leader and sign an Agreement/Power of Attorney. Joint tenders create joint and several liability among group members.
Beneficiary scope (geographic eligibility):Contractor legal entities can be established in countries eligible under EU procurement rules; the activities are implemented in the six Western Balkan countries: Albania, Bosnia and Herzegovina, Kosovo, Montenegro, North Macedonia, and Serbia. Participation is subject to the access-to-procurement rules in Section 2.2 of the tender specifications and to exclusion/restrictive measures checks.
Thematic focus and project stage
Target sectors:Primary sectors: Animal health and welfare (veterinary services), Plant health, Plant reproductive material (PRM) and Forest reproductive material (FRM), Agricultural services, Veterinary services, Laboratories, Emergency preparedness, Capacity building and training, IT systems for surveillance and certification (digital tools).
Project stage and expected maturity:Maturity expected: mid to advanced policy and operational alignment (development, validation, demonstration, and capacity-building). Activities include assessments, strategic and legal gap analysis, design and delivery of training, development of surveillance and contingency tools, laboratory strengthening, implementation support, simulation exercises, regional cooperation — aimed at enabling EU-aligned animal and plant sanitary/phytosanitary systems and PRM/FRM certification readiness for accession and trade.
Key administrative facts
- 1Publication date: TED/F&T Portal documents published 08 April 2026.
- 2Deadline for questions (contracting authority may refuse to reply to questions received less than six working days before the tender deadline): 06 May 2026 (23:59 Europe/Brussels) for Q&A channel.
- 3Deadline for receipt of tenders: 18 May 2026 at 16:00 Europe/Brussels (eSubmission in the EU Funding & Tenders Portal).
- 4Date and time of public opening: 19 May 2026 at 10:00 Europe/Brussels (virtual opening; up to two representatives per tender may attend; registration required).
- 5Submission method: Electronic submission via eSubmission (EU Login required).
- 6Language(s): Any official EU language (the procurement documents are published in English, English is the authoritative procurement language for the call).
- 7Award method: Best price-quality ratio; Award criteria and weights are specified in Technical specifications: Price 30%; Quality 70% (with sub-criteria and minimum thresholds).
- 8Maximum contract duration (per lot): 36 months.
- 9Estimated value (total): €4,250,000 (Lot 1 estimated €2,750,000; Lot 2 estimated €1,500,000).
Financial and contractual terms
Pricing and payment rules are set in the tender documents and the draft contract. Offers must be priced in euro and exclusive of VAT. The contracting authority is VAT-exempt for some transactions; invoices must state VAT treatment according to the rules explained in Annex 6 and draft contract. Pre-financing, interim payments and balance payment conditions are described in the draft contract. Performance guarantees and pre-financing guarantees may be required where indicated in the draft contract. Payment timelines and procedures follow the rules in the draft contract (30–60 day payment terms depending on report approval and invoicing rules).
Funding amount:Total estimated value for both lots combined: €4,250,000 (Lot €1 2,750,000; Lot €2 1,500,000). These are estimated maximum budgets; tenders exceeding these maxima will be rejected as unacceptable.
Application process and templates
All tenderers must use the EU Funding & Tenders Portal and eSubmission to submit tenders. Registration in the Participant Register (PIC) and an EU Login account are required. The procurement documents include: Invitation to tender, Tender specifications Part 1 (administrative) and Part 2 (technical), Annexes (Declaration on honour, Agreement/Power of attorney for groups, List of identified subcontractors, Commitment letters, Financial tender form Annex 6, Draft contract and appendices including Security Requirements). Tenderers must follow the document list in Annex 1 and upload documents to the correct eSubmission sections. Electronic signatures are accepted (qualified electronic signature recommended).
- 1Annex 2 Declaration on Honour on exclusion and selection criteria (mandatory with tender).
- 2Annex 3 Agreement/Power of attorney (mandatory for joint tenders; appoint group leader, joint and several liability).
- 3Annex 4 List of identified subcontractors (identify subcontractors whose share >20% or whose capacities are used to fulfil selection criteria).
- 4Annex 5.1 Commitment letter by identified subcontractor (required for identified subcontractors).
- 5Annex 5.2 Commitment letter by entity on whose capacities tenderer relies (for entities that are not subcontractors).
- 6Annex 6 Financial Tender form (required; express prices in EUR, free of VAT).
- 7Draft contract and Appendix on Security Requirements (must be studied and accepted).
- 8Technical tender (content to address the Technical Specifications – organization, methodology, Key Experts, workplan, deliverables, monitoring and backstopping).
- 9Key Experts: CVs (max 3 pages each) and signed Statement of exclusivity and availability (template in Annex 4.2).
Templates and application structure (how forms look and where to upload):The tender documentation provides specific templates and a checklist (Annex 1 of Tender Specifications Part 1) that indicates where each document must be uploaded in eSubmission. Key templates include: Declaration on Honour (Annex 2), Agreement/Power of Attorney for joint tenders (Annex 3), List of identified subcontractors (Annex 4), Commitment letters (Annexes 5.1 and 5.2), Annex 6 Financial Tender (financial offer template), draft contract and appendices. The technical tender must contain the organisation and methodology, workplan, CVs for Key Experts, and the technical response to the Lot-specific Technical Specifications (Part 2). The financial tender must use Annex 6.
Evaluation, award and selection criteria
The evaluation follows these steps:admissibility checks and administrative compliance; exclusion criteria verification; selection criteria assessment (legal, regulatory, economic/financial, technical and professional capacity); technical and financial evaluation. Selection thresholds and minimum capacities are specified per lot in the Technical Specifications. Only tenders meeting the minimum quality thresholds (including minimum scores per quality sub-criterion) will be considered for financial ranking. Quality and price weights are stated in the tender specifications.
- 1Award method: Best price-quality ratio.
- 2Award weighting: Price 30% / Quality 70% (both lots).
- 3Quality scoring: Detailed sub-criteria and minimum scores are provided in the technical specifications. Only tenders achieving the minimum score per quality criterion and a total quality score of at least 70/100 qualify for financial evaluation.
- 4Selection criteria: include consolidated economic/financial capacity (average turnover thresholds differ per lot), and consolidated technical capacity (minimum number and size of prior relevant contracts in the last 6 years). Detailed evidence requirements are set in Section 3.2 of the administrative tender specifications and Part 2 Technical Specifications.
- 5Exclusion evidence: Declaration on Honour (Annex 2) to be provided with the tender; contracting authority may request supporting documents from the presumed successful tenderer prior to award.
Nature of support, co-funding and success likelihood
Nature of support:Support is contractual, service-based and paid. Beneficiaries (contracting authority) will procure professional services, technical assistance, expert missions, training, workshops, simulation exercises, assessments and deliverables. The contractor receives monetary payments under the service contract; beneficiaries in the Western Balkans receive non-monetary capacity building and technical support services.
Co-funding requirement:No co-funding from contracting authority is required; the tenderer must cover its own costs until invoicing. Tenderers may rely on other entities or subcontractors but must declare and provide commitment letters where required. There is no matching or beneficiary co-funding specified in the tender documents.
Application stages and success rates:Application is single-stage eSubmission (open procedure). Evaluation stages performed by contracting authority: administrative and exclusion checks; selection criteria verification; technical and financial evaluation; possible requests for clarifications and requests for supporting evidence from the presumed successful tenderer before award. The tender documents do not provide specific historical success rates; success depends on meeting selection thresholds and obtaining the best price-quality ratio among bidders.
Technical and operational requirements (selected highlights)
Key operational deliverables expected per Lot include:assessments and gap analyses; action plans for transposition and implementation of EU Animal Health Law and Official Controls Regulation (Lot 1) and for plant health and PRM/FRM alignment (Lot 2); national surveillance and contingency planning; simulation exercises; laboratory capacity strengthening and designation of national reference laboratories; vaccination strategy support; animal by-products handling and rendering/processing assessments; plant passport systems; PRM/FRM certification and labelling systems; variety registration support and FOREMATIS compatibility; regional coordination, workshops and knowledge capitalisation activities. Regular reporting, translations into local languages and frequent coordination with national authorities and EU Delegations are required.
- 1Key Experts required: Team Leader (long-term, minimum input described), Strategic Coordination Expert (long-term), plus other short-term specialists (veterinarians, epidemiologists, laboratory specialists, plant health experts, entomologists, plant pathologists, PRM/FRM specialists, legal and IT experts, trainers). CVs and signed exclusivity/availability statements are required for Key Experts.
- 2Project office: Contractor must establish an operational base in the Western Balkan region; Team Leader must be region-based; backstopping and administrative support must be provided by contractor.
- 3Reporting: Inception report (within 3 months), five six-month progress reports, draft final report (one month before end), final report (within 30 days of comments). Interim and final reports must be translated into the languages of the six Western Balkan countries.
- 4Security and confidentiality: Contractor and service providers must comply with the Security Requirements appendix and sign ethics/confidentiality undertakings. Personal data processing requirements (Regulation (EU) 2018/1725) are in the draft contract and tender documents.
Mentioned countries
Countries explicitly mentioned in the procurement documents and scope:Albania; Bosnia and Herzegovina; Kosovo; Montenegro; North Macedonia; Serbia. Implementation and activities are to take place in these Western Balkan countries.
How to apply — practical steps
1) Register in the Participant Register and obtain a PIC. 2) Create an EU Login account. 3) Subscribe to the call on the Funding & Tenders Portal and download all procurement documents (Invitation to tender, Tender specifications Part 1 and Part 2, Annexes, draft contract, security appendix, Annex 6 financial template). 4) Prepare technical tender (methodology, workplan, Key Expert CVs and signed statements, Annex forms) and financial tender using Annex 6. 5) Upload required documents in the correct eSubmission sections and submit before the deadline. 6) Use the Q&A function on the Portal to submit questions within the deadline (no guarantee of answers to questions received less than six working days before submission deadline).
Quick checklist for tender submission (essential documents)
- Declaration on Honour on exclusion and selection criteria (Annex 2) signed by authorised representative.
- Agreement/Power of Attorney for joint tenders (Annex 3) signed by all group members.
- List of identified subcontractors (Annex 4) if applicable; commitment letters (Annexes 5.1 / 5.2).
- Technical tender responding to Part 2 Technical Specifications (methodology, workplan, deliverables, Key Experts, backstopping).
- CVs for Key Experts (max 3 pages each) and signed exclusivity/availability statements (Annex 4.2).
- Financial tender using Annex 6 Financial Tender form (prices in EUR, exclusive of VAT).
- Draft contract review and confirmation of acceptance (signed where required upon award).
- Any evidence required for selection criteria if requested (financial statements, bank references) — prepare in advance.
Final summary — what this opportunity is about and how to explain it
This procurement is a large, regionally focused EU-funded capacity building programme delivered via two service contracts. It aims to strengthen veterinary services (Lot 1) and plant health and PRM/FRM systems (Lot 2) in the six Western Balkan countries to bring them closer to EU standards, improve detection, control and management of animal diseases and plant pests, support trade approvals, and build sustainable regional cooperation and resilience. The opportunity is a standard open tender managed by DG SANTE. Only electronic submissions via the EU Funding & Tenders Portal are accepted. Applicants must carefully follow the tender specifications (administrative and technical), supply the mandated templates and evidence, demonstrate the required financial and technical capacities, propose the specified Key Experts with availability and exclusivity declarations, and submit a well-structured technical and financial offer using the Annex 6 financial template. The award will be made on a best price-quality basis. Successful contractors will implement a complex programme of assessments, trainings, technical assistance, lab strengthening, contingency planning and simulations over up to 36 months, working closely with national authorities and EU Delegations in the Western Balkans.
Short Summary
Impact Strengthen veterinary and plant health services in the Western Balkans to improve detection, control and mitigation of animal disease and plant pest outbreaks and align national systems with EU standards. | Impact | Strengthen veterinary and plant health services in the Western Balkans to improve detection, control and mitigation of animal disease and plant pest outbreaks and align national systems with EU standards. |
Applicant Organisations with demonstrated capacity in veterinary or plant health technical assistance, regional coordination, project management and laboratory/surveillance strengthening who can mobilise long‑term key experts and meet financial and legal selection criteria. | Applicant | Organisations with demonstrated capacity in veterinary or plant health technical assistance, regional coordination, project management and laboratory/surveillance strengthening who can mobilise long‑term key experts and meet financial and legal selection criteria. |
Developments Capacity‑building activities for animal health and welfare, plant health and plant reproductive material (PRM/FRM) systems including surveillance, contingency planning, laboratory strengthening, certification schemes and cross‑border cooperation. | Developments | Capacity‑building activities for animal health and welfare, plant health and plant reproductive material (PRM/FRM) systems including surveillance, contingency planning, laboratory strengthening, certification schemes and cross‑border cooperation. |
Applicant Type Large and small consultancies, service companies, universities/research institutes, NGOs/non‑profits and other legal entities capable of delivering international technical assistance and training. | Applicant Type | Large and small consultancies, service companies, universities/research institutes, NGOs/non‑profits and other legal entities capable of delivering international technical assistance and training. |
Consortium Single applicants or joint tenders (consortia) are allowed; joint tenders must appoint a lead and accept joint and several liability. | Consortium | Single applicants or joint tenders (consortia) are allowed; joint tenders must appoint a lead and accept joint and several liability. |
Funding Amount Lot 1:€2,750,000 maximum; Lot 2: €1,500,000 maximum; total estimated value €4,250,000 (contracts up to 36 months). | Funding Amount | Lot 1:€2,750,000 maximum; Lot 2: €1,500,000 maximum; total estimated value €4,250,000 (contracts up to 36 months). |
Countries Implementation is focused on Albania, Bosnia and Herzegovina, Kosovo, Montenegro, North Macedonia and Serbia where activities and reporting/translations are required. | Countries | Implementation is focused on Albania, Bosnia and Herzegovina, Kosovo, Montenegro, North Macedonia and Serbia where activities and reporting/translations are required. |
Industry This funding targets animal health, plant health and phytosanitary systems (veterinary and plant health capacity‑building) under DG SANTE procurement (EU public health/food safety policy). | Industry | This funding targets animal health, plant health and phytosanitary systems (veterinary and plant health capacity‑building) under DG SANTE procurement (EU public health/food safety policy). |
Additional Web Data
Funding Opportunity Overview
This is a European Commission call for tenders divided into two separate lots aimed at strengthening veterinary and plant health services across six Western Balkan countries: Albania, Bosnia and Herzegovina, Kosovo, Montenegro, North Macedonia, and Serbia. The procurement is managed by DG SANTE (Directorate-General for Health and Food Safety) and seeks to improve the effectiveness of authorities in detecting, fighting and limiting animal disease outbreaks and plant pest outbreaks in line with EU standards.
Opportunity Structure
Lot 1: Animal Health and Welfare:Maximum budget of €2,750,000 for a 36-month contract focused on improving animal health control systems, disease surveillance, vaccination programmes, laboratory capacity, animal welfare official controls, and cross-border cooperation among veterinary services in the Western Balkans.
Lot 2: Plant Health and Plant Reproductive Material:Maximum budget of €1,500,000 for a 36-month contract addressing plant health services, plant reproductive material (PRM) certification, and forest reproductive material (FRM) systems. Budget allocation: 60 percent for plant health, 30 percent for PRM, and 10 percent for FRM.
Key Deadlines
| Milestone | Date and Time |
|---|---|
| Tender Submission Deadline | 18 May 2026, 16:00 CET |
| Public Opening Session | 19 May 2026, 10:00 CET |
| Deadline for Questions | 6 May 2026, 23:59 CET |
| Tender Validity Period | 9 months from submission |
Who Can Apply
This is an open procedure available to any natural or legal person, including international organisations, established in EU Member States, associated countries, or third countries with relevant agreements with the European Union. Tenderers may submit as sole operators or as joint tenders (consortia). Subcontracting is permitted.
Selection Criteria and Minimum Requirements
Legal and Regulatory Capacity
Tenderers must prove legal capacity to perform the contract and regulatory capacity to pursue the professional activity. Evidence required: proof of enrolment in a relevant trade or professional register.
Economic and Financial Capacity
| Lot | Minimum Average Yearly Turnover (Last 3 Years) |
|---|---|
| Lot 1: Animal Health and Welfare | €1,500,000 |
| Lot 2: Plant Health and PRM/FRM | €900,000 |
Evidence required:copy of profit and loss accounts for the last three closed financial years from each involved entity, or appropriate bank statements. The most recent year must have closed within the last 18 months.
Technical and Professional Capacity
For Lot 1, tenderers must demonstrate at least 2 similar contracts each with a budget of at least €1,500,000 in veterinary medicine, epidemiology, animal welfare, and trade implemented within the past 6 years. For Lot 2, tenderers must demonstrate at least 1 contract with a budget of at least €1,000,000 in plant health and trade implemented within the past 6 years.
Key Expert Requirements
Two long-term key experts are mandatory:a Team Leader (minimum 450 days required) and a Strategic Coordination Expert (minimum 350 days required). Both must have fluency in English at CEFR level C1 or higher. Key experts must sign statements of exclusivity and availability confirming they are not committed to other EU-funded projects during the contract period. CVs must not exceed 3 pages per expert.
Team Leader Profile
- University degree, preferably Master's degree
- Minimum 7 years relevant professional experience in regional cooperation
- Minimum 4 years project management experience
- Minimum 5 years experience coordinating expert teams and multinational projects
- Minimum 1 year working experience related to the contract subject matter in past 7 years
- Must spend minimum 80 percent of working time in the geographical area
Strategic Coordination Expert Profile
- University degree, preferably Master's degree
- Minimum 4 years general professional experience in international/European context
- Minimum 2 years project management and supervision experience
- Minimum 1 year experience in cross-border cooperation in Western Balkans (preferably 3 years)
- Minimum 3 years experience preparing strategies and work plans (preferably 5 years)
- Must spend minimum 80 percent of working time in geographical area or countries where meetings and events are organised
Submission Requirements
All tenders must be submitted electronically via the EU Funding and Tenders Portal (eSubmission system). Tenders must be drawn up in one of the official EU languages. Tenderers must register in the Participant Register to obtain a Participant Identification Code (PIC) before submission.
Required Documents
- Declaration on Honour on exclusion and selection criteria (signed by authorised representative)
- CVs of key experts (maximum 3 pages each)
- Statements of exclusivity and availability from key experts
- Agreement/Power of attorney (for joint tenders)
- List of identified subcontractors with commitment letters (if applicable)
- Proof of legal and regulatory capacity
- Technical tender addressing all requirements in tender specifications
- Financial tender with detailed price breakdown
- Evidence of technical and professional capacity (list of similar projects)
Evaluation and Award Criteria
Tenders will be evaluated on a best price-quality ratio basis using the following weighting: Price 30 percent, Quality 70 percent. Quality evaluation includes: Rationale (17-24 points), Strategy (32-46 points), Backstopping (7-10 points), and Timetable of Work (14-20 points). Only tenders achieving minimum 70 total points qualify for financial evaluation.
Contract Terms and Conditions
Contract Type:Direct service contracts with all terms defined at outset. No further procurement procedures required after signature.
Payment Structure:Pre-financing of 20 percent upon contract signature (requires financial guarantee equal to 20 percent). Five interim payments of 10 percent each upon submission of progress reports. Final balance payment upon completion and approval of final report. All payments made in euros.
Pre-financing Guarantee:Contractor must provide a financial guarantee equal to 20 percent of contract value. Guarantee must be provided by a bank or approved financial institution and remain in force until pre-financing is cleared.
Duration:36 months from contract entry into force. Contract enters into force on date last party signs it.
Reporting and Deliverables
Contractor must submit reports in English with translations into Western Balkan country languages. Inception Report (maximum 12 pages) within 3 months of start. Five Interim Progress Reports (maximum 15 pages each) at 6-month intervals. Draft Final Report (maximum 80 pages) one month before contract end. Final Report incorporating comments within 30 days of receiving feedback.
Operational Requirements
Contractor must establish an operational base in the Western Balkan region where the Team Leader will be located. Project Steering Committee must be established for each lot, meeting at least twice yearly with representatives from all six countries, Commission contact, and project Team Leader. Regular communication required with EU Delegations in each country.
Exclusion and Conflict of Interest
Tenderers must not be subject to EU restrictive measures. Key experts must be independent and free from conflicts of interest. Civil servants or staff of public administration in Western Balkan countries may only be approved if well justified, with proof of secondment or personal leave. Tenderers must declare any professional conflicting interests that could negatively affect contract performance.
Intellectual Property and Results
The Union acquires irrevocable worldwide ownership of all results and intellectual property rights on newly created materials produced specifically for the Union. Pre-existing rights are licensed to the Union on a royalty-free, non-exclusive, irrevocable basis. Contractor must provide list of all pre-existing rights with final invoice.
Data Protection and Security
Contractor must comply with Regulation (EU) 2018/1725 on personal data protection. Personal data must be processed only within EU, EEA, and Western Balkan countries. Data centres must be located within these territories. Contractor must notify contracting authority of security incidents within 48 hours. All security costs borne by contractor.
Contact Information
Contracting Authority:European Commission, DG SANTE - Health and Food Safety, Directorate G: Crisis Preparedness in Food, Animals and Plants. Email: sante-procurement@ec.europa.eu
Lot 1 Contact:Unit G2: Animal Health, sante-consult-g2@ec.europa.eu
Lot 2 Contact:Unit G1: Plant Health, sante-consult-g1@ec.europa.eu
Submission Portal:EU Funding and Tenders Portal
Additional Information
Tenderers may submit for one or both lots independently. Each lot will be assessed separately. Tenderers applying for multiple lots must indicate priority order. If not specified, Lot 1 has priority over Lot 2. Tenders must remain valid for 9 months from submission date. No variants or conditional tenders are permitted.
Footnotes
- 1Regulation (EU, Euratom) 2024/2509 of the European Parliament and of the Council of 23 September 2024 on the financial rules applicable to the general budget of the Union (recast) governs this procurement.
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.
Capacity-building for the Implementation of Interreg and Cohesion Policy (BiH-MNE)
The European Commission DG REGIO invites tenders (Procedure EC-REGIO/2026/OP/0021) for a service contract to provide capacity-building for Bosnia and Herzegovina and Montenegro on implementation of Interreg and EU cohesion policy, coveri...
Strengthening the enlargement dimension of the Adriatic-Ionian Macro-regional Strategy (2025CE160AT105)
Service contract tender by the European Commission DG REGIO to strengthen the enlargement dimension of the Adriatic and Ionian Macro‑regional Strategy (EUSAIR) by identifying complementarities with the EU enlargement process and proposin...
Implementation of the new SoHO Regulation: training and networking of SoHO Competent Authorities’ staff for oversight
HaDEA has published tender HADEA/2026/OP/0001 for a framework service contract to design, develop and deliver blended e-learning and face-to-face training and networking for SoHO competent authority staff to support implementation of Reg...
Procurement of equipment for the Establishment of the Regional Waste Management System for the city of Novi Sad and municipalities of Bačka Palanka, Bački Petrovac, Beočin, Žabalj, Srbobran, Temerin and Vrbas
Open tender (EC-ENEST/BEG/2026/EA-OP/0027) funded by the EU IPA III for supply, delivery, installation, commissioning, testing, training and warranty of waste management equipment and vehicles to establish a Regional Waste Management Sys...
Policy and Legal Advice Centre (PLAC V)
Policy and Legal Advice Centre (PLAC V) is a restricted tender under the Instrument for Pre-accession Assistance (IPA III) to support the Serbian administration in aligning national legislation with the EU acquis and strengthening instit...
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...
Developing an EU platform to foster the use of native plants for nature restoration by public authorities, business and citizens
Open tender EC-ENV/2026/OP/0006 from the European Commission DG Environment seeks a contractor to develop a framework, dataset and functional mock-up for an EU information platform promoting native plants for nature restoration. Maximum...
Provision of medical centre services for the European Union Agency for the Cooperation of Energy Regulators
The European Union Agency for the Cooperation of Energy Regulators (ACER) has published an open tender (ACER/2026/OP/0005, TED 190015-2026) for a single-supplier framework contract to provide medical centre services for staff in Ljubljan...
EU-Nepal Cooperation Facility (EU-NCF)
The EU-Nepal Cooperation Facility (EU-NCF) is a restricted two-stage tender (EC-INTPA/KTM/2026/EA-RP/0056) to procure development consultancy services providing technical assistance, capacity building and logistical support to the Europe...
Small RPAS Below 25kg with Hands-on Training
The European Border and Coast Guard Agency (Frontex) invites tenders for a framework supplies contract (FRONTEX/2025/OP/0047) to procure small Remotely Piloted Aircraft Systems (MTOW below 25 kg) with comprehensive hands-on training, war...
EU MODEX Cycle 13 - Exercises on Civil Protection Modules, Other Response Capacities, European Union Civil Protection Teams and Technical Assistance and Support Teams
The European Commission DG ECHO is launching an open tender (EC-ECHO/2025/OP/0045) to design, plan, conduct and self-evaluate EU MODEX Cycle 13 tabletop and field civil protection exercises across four lots with a total budget of EUR 16,...
Building maintenance of the premises of the European Union in Bratislava, Slovakia
The European Parliament Directorate-General for Infrastructure and Logistics has issued an open procurement (EP-INLO/LUX/2026/OP/0004) for maintenance services at the House of Europe in Bratislava, Slovakia, comprising two independent lo...