Overview
The European Banking Authority, acting on behalf of EBA, ESMA, EIOPA, AMLA and SRB, has launched an open tender (EBA/2026/OP/0002, TED ref 261684-2026) to award a single framework contract for EMAS and environmental consultancy covering EMAS or ISO 14001 implementation and maintenance, greenhouse gas emission reduction and offsetting. The estimated framework ceiling is €867,000 excluding VAT for a maximum duration of 48 months, with award based on the best price-quality ratio (price 40 percent, quality 60 percent) and a minimum technical score of 60 out of 100. Tenders must be submitted electronically via the EU Funding & Tenders Portal eSubmission by 19 May 2026 15:00 Europe/Paris and must include EMAS or ISO 14001 certification, required project references, specified consultant profiles, financial statements and the completed annex templates while meeting exclusion and selection criteria.
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
What it funds
Signature of a single 48-month framework contract with one contractor to provide EMAS/ISO 14001 consultancy and related environmental services: implementation and registration of EMS, ongoing maintenance of EMS, greenhouse gas emission reduction studies, and advice on emission offsetting. Services may be delivered off-site and/or on-site in Paris, Frankfurt or Brussels.
Who can apply & key facts
Open procedure. Eligible applicants:natural or legal persons and consortia established in the EU or in third countries where permitted by applicable procurement access rules. Subcontracting allowed; certain subcontractors (over 20% or relied-on entities) must be declared and provide commitment letters.
Estimated total value:€867 000 (framework ceiling) 1
- 1Tender type: single framework contract (one contractor)
- 2Maximum contract duration: 48 months
- 3Award method: best price-quality ratio (price 40%, quality 60%)
- 4Minimum technical requirements: EMAS or ISO 14001 experience, specific project references and consultant profiles (see tender documents)
| Key deadlines | Dates (Europe/Paris) |
|---|---|
| Deadline for receipt of tenders | 19 May 2026, 15:00 |
| Public opening | 20 May 2026, 15:00 |
| Last date to submit questions | 07 May 2026, 23:59 |
| TED publication | 16 April 2026 |
Main deliverable types:EMS implementation plans and documentation, annual internal audits, environmental statements (EMAS), GHG footprints and reduction studies, offsetting project shortlists and administrative support. Financial offers must use the provided Annex 8 template and respect ceilings and commission caps (max 10% for ancillary services).
Lead contracting authority:European Banking Authority (procurement managed on behalf of EBA, ESMA, EIOPA, AMLA and SRB). Submission is electronic via the EU Funding & Tenders Portal eSubmission (EU Login required).
Footnotes
- 1Full procurement documents, annexes and submission details are on the Funding & Tenders Portal Procurement notice.
Find a Consultant to Support You
Breakdown
Opportunity summary
The European Banking Authority (EBA), acting as lead contracting authority on behalf of EBA, ESMA, EIOPA, AMLA and SRB, published an open procedure to award a single framework contract (one contractor) for EMAS and environmental consultancy services (TED ref 261684-2026, procedure identifier EBA/2026/OP/0002). Estimated total framework ceiling €867,000 (all participating entities combined). Framework maximum duration 48 months. Framework is single-award, without reopening of competition, awarded on the best price-quality ratio. Submissions by electronic eSubmission via the EU Funding & Tenders Portal. The contracting authorities require tenders in one of the EU official languages. The contracting authorities may order specific contracts (or order forms) against the framework. Services will be provided off-site and/or on-site in Paris (EBA/ESMA), Frankfurt (EIOPA/AMLA) or Brussels (SRB).
Key deadlines:Deadline for receipt of tenders: 19 May 2026, 15:00 Europe/Paris. Date and time of public opening: 20 May 2026, 15:00 Europe/Paris. Contract notice / TED publication date: 16 April 2026 1.
What is being procured
Single framework contract for the provision of EMAS and environmental consultancy services covering four main service families: 1) implementation and registration of an environmental management system (EMAS or ISO 14001) from planning to certification; 2) maintenance of an environmental management system (EMAS or ISO 14001) including annual audits, legal compliance updates, environmental statement preparation and support to external verification/validation; 3) consultancy in greenhouse gas (GHG) emission reduction (carbon footprints, energy audits, mobility, water and waste reduction, climate transition planning); 4) consultancy in GHG emission offsetting (project selection studies, administrative support to obtain offset certificates). Discrete and ancillary services, subcontracted services (for example independent external verification where required) and third-party subscriptions or tools may be ordered under the framework (commissions on ancillary items permitted up to a maximum of 10%).
Contract model and commercial conditions
Single framework contract concluded with one contractor. Framework ceiling €867,000. Maximum contract duration 48 months. Framework awarded on best price-quality ratio. Framework ceiling must not be exceeded. Within three years following signature the contracting authority may procure additional repetitive services up to 50% of the initial framework ceiling via a negotiated procedure without reopening of competition. Daily rates are all-inclusive, quoted in EUR and excluding VAT. Reimbursement of travel and subsistence allowed when services are on-site in Paris, Frankfurt or Brussels in accordance with the framework contract rules. Price revision mechanism is provided (indexation formula based on HICP euro area).
Estimated value and budget split (indicative)
Total framework ceiling:€867,000. Indicative allocation across participating entities (over whole duration): EBA €108,000; ESMA €123,000; EIOPA €108,000; AMLA €289,000; SRB €239,000. These are estimates only and do not commit contracting authorities to purchase specific volumes.
Places of performance
Services to be delivered off-site at contractor premises and/or on-site at contracting authorities’ premises in Paris (France), Frankfurt (Germany) and Brussels (Belgium). On-site work entitles the contractor to reimbursement of travel and subsistence expenses in accordance with the framework contract/ tender specifications.
Main classification and contract nature
CPV main classification:90710000 Environmental management. Additional CPV: 90714000 Environmental auditing. Nature of the contract: services.
Eligible applicants and participation forms
Open to natural and legal persons established in EU Member States and to entities established in third countries only where specific EU procurement access agreements apply. Participation permitted by sole tenderer or joint tender (consortium). Subcontracting is permitted; identified subcontractors representing more than 20% of contract volume or subcontractors relied on for selection criteria must be declared and supply commitment letters (Annexes 4 and 5.1). Tenderers may rely on capacities of other entities (not subcontractors) for selection criteria subject to commitment letters (Annex 5.2).
Eligible applicant types
Eligible applicant types include:SMEs and large enterprises (environmental consultancies), research institutes and universities (where they provide consultancy services), nonprofits/NGOs with consultancy capacity, joint ventures/consortia, subcontractors, and public-private groupings. Natural persons may participate. Participants must demonstrate legal capacity and regulatory authorisations in their country of establishment. Entities subject to EU restrictive measures are excluded.
Funding type
Procurement — framework service contract (public procurement). This is a tender (procurement) not a grant or loan.
Consortium requirement
Single contractor is required for award. Tenderers may submit as sole tenderer or joint tender (consortium). If consortium tender is submitted, a group leader must be designated and a power of attorney/agreement (Annex 3) signed by all members; all members are jointly and severally liable for performance.
Beneficiary scope (geographic eligibility)
Geographic eligibility:Primarily EU institutions and EU Member States for performance locations (France, Germany, Belgium). Participation open to entities established in the scope of the EU Treaties and to entities from third countries only where special agreements allow access. Place of work: Paris, Frankfurt, Brussels and contractor premises (off-site).
Target sector
Environmental management and consultancy:EMAS, ISO 14001, greenhouse gas accounting and reductions, carbon offsetting, sustainability consultancy for public sector bodies. Sectors targeted: environment, climate, energy efficiency, sustainability consultancy, institutional services to EU agencies.
Mentioned countries
France, Germany, Belgium (service delivery locations:Paris, Frankfurt, Brussels). Participating contracting authorities headquartered in France (EBA, ESMA), Germany (EIOPA, AMLA) and Belgium (SRB).
Project stage and expected maturity
Expected maturity:operational consultancy and implementation / maintenance of management systems — development, validation and certification stages. Projects required: implementation (10–12 months typically), maintenance (annual audits and continuous improvement), GHG reduction and offsetting studies, demonstration of previous projects completed within last three years for selection criteria.
Funding amount (range)
Total framework ceiling €867,000 for the 48-month maximum duration. Indicative entity allocations provided (see summary). Individual specific contract values will depend on orders placed and must fit under the framework ceiling.
Application type and submission method
Open call for tenders. Electronic submission (eSubmission) through the EU Funding & Tenders Portal is mandatory. EU Login account (with two-factor authentication from 30 June 2026) and Participant Register PIC are required for submission. Tender documents and Q&A published on Portal; questions via Portal Q&A by specified deadline.
Nature of support
Financial procurement of services — money paid to contractor for services provided (service contract). Reimbursement of travel and subsistence for on-site work is reimbursable per contract conditions. Ancillary purchases (external verification, third-party tools) may require contractor commissions (max 10%).
Application stages
Single-stage submission process in this open procedure:submission of full tender (administrative, technical and financial envelopes) via eSubmission before the deadline; public opening; evaluation of exclusion, selection and award criteria; request for supporting documents from presumed winner prior to award (verification stage). In practice: 1 (submission) + evaluation + 1 verification stage before award.
Success rates
No tender-specific historical success rates published. Single framework, single-award:only one winner will be selected; competition dependent on number of tenders received. Success rate = 1 divided by number of valid tenders received.
Co-funding requirement
No co-funding required. This is a service procurement:tenderer offers daily rates and commissions; contracting authority will pay for ordered services. Financial offer must be valid for six months from tender closing date.
Selection and award details (what evaluators will check)
Evaluation follows the tender specifications (Part 1 Administrative and Part 2 Technical) and draft framework contract. Tenderers must provide a Declaration on Honour (Annex 2) and supporting evidence on request. Selection criteria include legal/regulatory capacity, economic and financial capacity (average turnover last three years > €400,000 aggregated), and technical/professional capacity (detailed below).
- Exclusion evidence: Declaration on Honour (Annex 2) required with tender; contracting authority may request supporting evidence from presumed winner.
- Legal and regulatory capacity: proof of enrolment in trade/professional register and authorisation to perform services (provided with tender).
- Economic and financial capacity (criterion F1): consolidated average yearly turnover of last three financial years above €400,000 — provide profit & loss and balance sheets or bank statements for involved entities.
- Technical and professional capacity:
- — Criterion T1: Experience in sub-fields (EMAS/ISO14001 implementation and certification; maintenance; GHG reduction; GHG offsetting). Minimum project references required: Service 1 — at least 3 EMAS projects and 3 ISO 14001 projects (planning to certification) in last 3 years; Service 2 — at least 3 EMAS projects (min €6,000 each) and 3 ISO 14001 projects (min €6,000 each) in last 3 years; Service 3 — at least 5 GHG reduction projects (min €3,000 each) in last 3 years; Service 4 — at least 5 offsetting projects (min €3,000 each) in last 3 years. Use Annex 6.1 Tenderer projects.
- — Criterion T2: Human resources profiles. Provide CVs using Annex 6.3 and table Annex 6.2: contract manager (+ back-up) with minimum 3 years contract management experience and employed by contractor for at least 2 years; two senior consultants (>=5 years; 5 EMAS + 5 ISO14001 projects each); two intermediate consultants (>=3 years; 3 EMAS + 3 ISO14001 projects each); two junior consultants (>=1 year; 1 EMAS + 1 ISO14001 project each). All profiles must have minimum English C1.
- — Criterion T3: Contractor environmental management system certification (EMAS or ISO 14001) — provide certificate.
Tenderers must demonstrate consolidated capacities across involved entities (group members, subcontractors and entities on whose capacities the tenderer relies) and submit project references in Annex 6.1 plus CVs in Annex 6.3. Identified subcontractors with >20% share or relied-on entities must provide commitment letters (Annex 5.1 / 5.2).
Award criteria and scoring
Award on the most economically advantageous tender using 40% price and 60% quality. Minimum technical threshold 60 points out of 100. Technical evaluation uses detailed sub-criteria (methodology, quality control, two case studies) with minimum thresholds on sub-criteria; only tenders that clear minimum technical thresholds proceed to financial evaluation. Financial evaluation uses the financial offer template (Annex 8) and an indicative scenario provided in the template; the lowest financial offer receives maximum points and others are scored proportionally; ceiling control (cell I34) must not exceed €867,000; commission percentage for ancillary services must not exceed 10% (tender rejected if >10%).
- 1Quality (60 points): Methodology (30%), Quality control measures (10%), Case study 1 (30%), Case study 2 (30%). Minimum points thresholds apply per sub-criterion; total minimum quality score 60/100 required.
- 2Price (40 points): financial offer evaluated against the scenario in Annex 8. Tenders with incorrect financial template or non-compliance with Annex 8 instructions may be disqualified.
Submission requirements and templates
All documents must be uploaded via eSubmission on the EU Funding & Tenders Portal. Required submission documents include: Invitation to tender, Tender specifications Part 1 (administrative) and Part 2 (technical), Annexes 2–8, completed technical offer template (Annex 7), completed financial offer template (Annex 8), Declaration on Honour (Annex 2), Annex 4 tenderer and subcontractor information, Annex 6.1 tenderer projects, Annex 6.2 profiles table, Annex 6.3 CVs, Annex 3 power of attorney (for joint tenders), Annex 5.1/5.2 commitment letters for subcontractors/relied-on entities. Original hand-signed documents need not be mailed but must be retained for five years. Q&A via Portal; contracting authority not bound to reply to questions submitted after 07 May 2026, 23:59 (Europe/Paris).
How to submit:Submit electronically only via eSubmission (Portal). EU Login account and Participant Identification Code (PIC) required. Use Annex 7 for technical offer and Annex 8 for financial offer exactly as provided. Ensure all attachments meet eSubmission system requirements (file types, sizes) and naming rules. A submission receipt with timestamp will be proof of timely submission.
Templates and application structure guidance
Tenderers must prepare and upload the documents using the official annex templates provided in the procurement documents. The key templates and their purpose are:
- 1Annex 2 Declaration on Honour — mandatory; covers exclusion and selection declarations.
- 2Annex 3 Agreement/Power of Attorney — mandatory for joint tenders; sets liability and lead partner role.
- 3Annex 4 Tenderer and subcontractors information declaration — list subcontractors and roles; mandatory where applicable.
- 4Annex 5.1 Commitment letter by identified subcontractor — mandatory for any subcontractor >20% or relied upon for selection.
- 5Annex 5.2 Commitment letter by entity on whose capacities is being relied — mandatory when relying on third-party capacities.
- 6Annex 6.1 Tenderer projects — list project references for Services 1–4 with required minimum number and contract values.
- 7Annex 6.2 Table for contract manager and consultant profiles — provide names and summary experience.
- 8Annex 6.3 CV template — provide CVs for proposed profiles (contract manager/back-up and consultants).
- 9Annex 7 Technical offer template — mandatory; respond to methodology, quality measures and case studies; include conflict of interest measures.
- 10Annex 8 Financial offer template — mandatory; compute daily rates, commissions and aggregated scenario; ensure ceiling control does not exceed €867,000; maximum commission for ancillary services 10%.
Tenderers must complete Annex 7 (technical offer) and Annex 8 (financial offer) exactly and upload them as the technical and financial tenders in eSubmission. Annex 6.3 CVs must follow the provided template and max lengths. Failure to use templates or to follow instructions (including Annex 8 financial rules) may result in disqualification.
Evaluation evidence and verification
Initial assessment is made on the declarations and submitted evidence. The contracting authority may request supporting evidence at any point, and will request full documentary proof from the presumed successful tenderer prior to award (e.g. company registration, financial accounts, certificates, client references). If the contracting authority can access required evidence via national databases free of charge, it may do so. Supporting documents already provided in a prior procedure to the same contracting authority and issued within 12 months may be accepted again where unchanged.
Selection and technical evidence required (detailed)
| Selection criterion | Minimum level and evidence required |
|---|---|
| Legal and regulatory capacity | Proof of enrolment in trade/professional register and proof of authorisation to perform the services in country of establishment. Provide with tender. |
| Economic and financial capacity (F1) | Average yearly turnover of last three closed financial years > €400,000 (consolidated). Provide profit & loss and balance sheets or bank statements for involved entities. Provide with tender. |
| Technical and professional capacity (T1) | Service 1: at least 3 EMAS and 3 ISO14001 projects (planning to certification) completed in last 3 years. Service 2: at least 3 EMAS and 3 ISO14001 maintenance projects in last 3 years with minimum €6,000 each. Service 3 and 4: at least 5 projects each in last 3 years with minimum €3,000 each. Provide project list using Annex 6.1 with client contact details and invoiced amounts. |
| Human resources and profiles (T2) | Contract manager + back-up (3 years contract mgmt; employed >=2 years) and six consultants (2 senior, 2 intermediate, 2 junior) with specified years experience and EMAS/ISO project counts. All English level C1. Provide CVs using Annex 6.3 and summary table Annex 6.2 with diplomas or self-declarations. |
| Environmental management certification (T3) | Contractor must hold EMAS or ISO 14001 certification. Provide certificate with tender. |
Operational and contractual obligations
Contractor obligations include:designate contract manager and back-up; ensure consultant availability and replace consultants on contracting authority approval; comply with confidentiality and security requirements of contracting authorities; assist fraud prevention and audits; maintain environmental considerations and equal opportunities; provide progress reports and accept contracting authority acceptance procedure for deliverables; ensure data protection compliance (Regulation EU 2018/1725) and local legal compliance for jurisdictions where services are delivered.
Practical tips for applicants
- 1Read and use the exact Annex templates (Annexes 2–8) and the draft framework contract; do not alter templates.
- 2Ensure Annex 8 financial model is completed exactly and that ceiling control does not exceed €867,000; keep commission for ancillary services <= 10%.
- 3Provide project references that meet the selection minima and include client contact details and contract values in Annex 6.1.
- 4Include CVs in Annex 6.3 for all proposed profiles and evidence of English C1 (diploma or self-declaration).
- 5If relying on subcontractors or on other entities’ capacities, include signed Annex 5.1 or 5.2 commitment letters with the tender and list them in Annex 4.
- 6Register your organisation in the Participant Register and obtain a PIC before submitting; ensure EU Login is active and be prepared for two-factor authentication.
- 7Subscribe to the call on the Portal to receive Q&A or changes; submit questions via the Portal Q&A before the contracting authority’s Q&A cut-off (07/05/2026).
- 8Allow sufficient time for uploading in eSubmission and validate all attachments meet size and format requirements.
How the framework will be used (ordering)
When a contracting authority requires services, it will send a request for a specific contract / order form to the framework contractor. The contractor will reply within prescribed timelines; the contracting authority may request tailored offers. The contracting authority may interview proposed consultants. The specific contract is signed by both parties and services commence. For services requiring external verification/validation the contractor must avoid professional conflict of interest and may subcontract independent accredited verifiers where necessary.
Risk management and compliance
Tenderers must declare and avoid conflicts of interest and professional conflicting interests; must accept contracting authority checks and audits including audits by OLAF, Court of Auditors or EPPO; must comply with internal security requirements of contracting authorities; must store and process personal data in the EU/EEA and comply with Regulation (EU) 2018/1725 (controller contact and data privacy notice available in procurement documents).
Where to find the full procurement documents
All procurement documentation, templates and the draft framework contract are published on the EU Funding & Tenders Portal opportunity page for EBA/2026/OP/0002. Subscribe to the call to receive notifications and to access Q&A and updates EU Funding & Tenders Portal.
Footnotes
- 1Full procurement documents and TED notice are published on the EU Funding & Tenders Portal opportunity page for EBA/2026/OP/0002 EBA Tender page.
Short Summary
Impact Enable EU agencies to implement, register and maintain certified environmental management systems and to measure, reduce and offset greenhouse gas emissions across their sites, improving institutional environmental performance and compliance. | Impact | Enable EU agencies to implement, register and maintain certified environmental management systems and to measure, reduce and offset greenhouse gas emissions across their sites, improving institutional environmental performance and compliance. |
Applicant Applicants must demonstrate EMAS or ISO 14001 certification, a strong recent track record of EMAS/ISO projects and GHG reduction/offsetting assignments, sufficient financial capacity, and an experienced team (contract manager + senior/intermediate/junior consultants with C1 English). | Applicant | Applicants must demonstrate EMAS or ISO 14001 certification, a strong recent track record of EMAS/ISO projects and GHG reduction/offsetting assignments, sufficient financial capacity, and an experienced team (contract manager + senior/intermediate/junior consultants with C1 English). |
Developments Project activities will fund implementation and registration of EMAS/ISO 14001 systems, ongoing EMS maintenance and audits, greenhouse gas footprinting and reduction planning, and emission offsetting project studies and administrative support. | Developments | Project activities will fund implementation and registration of EMAS/ISO 14001 systems, ongoing EMS maintenance and audits, greenhouse gas footprinting and reduction planning, and emission offsetting project studies and administrative support. |
Applicant Type Profit environmental consultancies (SMEs and larger firms), research organisations or non-profit consultancies with relevant service capacity and certification. | Applicant Type | Profit environmental consultancies (SMEs and larger firms), research organisations or non-profit consultancies with relevant service capacity and certification. |
Consortium Award is to a single framework contractor (sole tenderer or a joint tender may apply but the framework will result in one contracting party); identified subcontractors or relied-on entities must be declared if they exceed specified thresholds. | Consortium | Award is to a single framework contractor (sole tenderer or a joint tender may apply but the framework will result in one contracting party); identified subcontractors or relied-on entities must be declared if they exceed specified thresholds. |
Funding Amount Framework ceiling €867,000 (total, excluding VAT) for up to 48 months, with indicative allocations across participating agencies. | Funding Amount | Framework ceiling €867,000 (total, excluding VAT) for up to 48 months, with indicative allocations across participating agencies. |
Countries Services are to be delivered off-site and/or on-site in France (Paris), Germany (Frankfurt) and Belgium (Brussels), which are therefore the primary relevant locations for performance. | Countries | Services are to be delivered off-site and/or on-site in France (Paris), Germany (Frankfurt) and Belgium (Brussels), which are therefore the primary relevant locations for performance. |
Industry Environmental management and climate mitigation consultancy (EMAS/ISO 14001, environmental auditing, GHG accounting, reduction and offsetting). | Industry | Environmental management and climate mitigation consultancy (EMAS/ISO 14001, environmental auditing, GHG accounting, reduction and offsetting). |
Additional Web Data
Opportunity Overview
This is an open procedure tender (EBA/2026/OP/0002) launched by the European Banking Authority (EBA) as lead contracting authority on behalf of multiple EU agencies: EBA, ESMA, EIOPA, AMLA, and SRB. The objective is to establish a single framework contract with one contractor for EMAS and environmental consultancy services. Services will be delivered off-site and/or on-site in Paris, Frankfurt, or Brussels.
TED reference:74/2026 261684-2026. TED publication date: 16/04/2026. Primary portal: EU Funding & Tenders Portal.
Key Dates
- Questions deadline: 07/05/2026 23:59 Europe/Paris
- Tender submission deadline: 19/05/2026 15:00 Europe/Paris
- Public opening: 20/05/2026 15:00 Europe/Paris
Scope of Services
The framework contract covers four main service categories:
- 1Consultancy for implementing and registering an environmental management system (EMAS or ISO 14001)
- 2Consultancy for maintaining an environmental management system (EMAS or ISO 14001)
- 3Consultancy in greenhouse gas emission reduction
- 4Consultancy in greenhouse gas emission offsetting
Additional discrete and ancillary services may be ordered, including subcontracted services (e.g., external verification) with commissions up to 10%.
Contract Details
Estimated Value:€867,000 (ceiling amount, excluding VAT). Breakdown by entity: EBA €108,000; ESMA €123,000; EIOPA €108,000; AMLA €289,000; SRB €239,000.
Duration:48 months maximum (initial 12 months, renewable 3 times for 12 months each).
Award Criteria:Best price-quality ratio (Price: 40%; Quality: 60%). Minimum technical score: 60/100 points required.
Financial Model
Pricing based on daily rates for onsite/offsite services by consultant level (senior, intermediate, junior) and commissions on ancillary services. Rates are all-inclusive, VAT-exempt, and subject to revision using HICP index after first year.
Eligibility and Who Can Apply
Open to natural/legal persons within EU scope or with special agreements. No GPA applicability. Joint tenders and subcontracting allowed (subcontractors >20% or relied upon for selection criteria must be identified with commitment letters). All involved entities must not be subject to EU restrictive measures.
Selection Criteria (Consolidated Assessment)
- Legal/Regulatory: Proof of trade register enrolment and authorisation to perform services.
- Economic/Financial: Average turnover last 3 years > €400,000 (P&L accounts/balance sheets).
- Technical/Professional T1: Minimum projects in last 3 years - Service 1: 3 EMAS + 3 ISO 14001 (implementation); Service 2: 3 EMAS + 3 ISO 14001 (maintenance, min €6,000 each); Service 3/4: 5 projects each (GHG reduction/offsetting, min €3,000 each). Annex 6.1 Tenderer Projects.
- T2: Contract manager (3+ years, employed 2+ years, C1 English) + back-up; 2 senior consultants (5+ years, 5 EMAS/ISO projects each); 2 intermediate (3+ years, 3 projects each); 2 junior (1+ year, 1 project each). Annex 6.2 Table Annex 6.3 CV Template.
- T3: EMAS or ISO 14001 certification.
Exclusion Criteria
Declaration on Honour required (Annex 2). Covers bankruptcy, tax/social security breaches, grave professional misconduct, fraud, etc. Supporting evidence requested from winner.
Evaluation and Award Process
Administrative compliance, exclusion/selection checks, then award on price-quality (40/60). Technical minimum thresholds apply (e.g., 60% overall, specific sub-criteria). Abnormally low tenders checked.
Technical Award Criteria (60 points, min 60 total)
| Criterion | Weight | Max Points | Min Threshold |
|---|---|---|---|
| A1 Methodology (Services 1-4) | 30% | 30 | 18 |
| A2 Quality Control | 10% | 10 | 6 |
| A3 Case Study 1 (Audits/Legislation/Carbon) | 30% | 30 | 18 |
| A4 Case Study 2 (EMAS Prep) | 30% | 30 | 18 |
Submission Requirements
- Electronic via eSubmission (EU Login + PIC required; 2FA from June 2026).
- Documents: Declaration on Honour (Annex 2), financials, project lists (Annex 6.1), profiles/CVs (Annexes 6.2/6.3), technical/financial offers (Annexes 7/8), etc. Documents List.
- Max 200 files, <50MB each, specific naming.
Key Applicant Considerations
- Must hold EMAS/ISO 14001 certification; extensive recent project track record.
- Team: 8 profiles (contract manager + 6 consultants); C1 English minimum.
- Knowledge of FR/DE/BE/EU environmental law essential.
- Single contractor; framework without reopening competition.
- Price revision after year 1; expenses reimbursable (e.g., Paris: €127/day subsistence, €212 accommodation).
- Checks/audits up to 5 years post-final payment.
Requires EU Login account (2FA mandatory from 30/06/2026). PIC registration advised. Questions via portal Q&A.
Risks and Recommendations
High competition; strict minima on projects/profiles/certification. Prepare evidence early. Technical offer limited pages (e.g., 4-15 A4 per section). Monitor portal for updates/Q&A.
Full documents:Procurement Portal TED Notice.
Footnotes
- 1All data from official tender documents dated 16/04/2026. Verify portal for updates.
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.
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...
CDT-NET-2026 - services d’entretien et de nettoyage des locaux du Centre (LOT 1) et services d'évacuation des déchets et destruction de documents à caractère confidentiel (LOT 2)
The Translation Centre for the Bodies of the European Union (CDT) has published open tender CDT/2026/OP/0004 (TED ref. 209983-2026) for two lots: Lot 1 building cleaning and maintenance services and Lot 2 waste evacuation and confidentia...
Technical Support to the European Commission for the Promotion of Green Public Procurement
The European Commission Directorate-General for Environment (DG ENV) has launched an open procurement tender to provide technical support for the promotion and dissemination of Green Public Procurement (GPP) across the EU. The contract c...
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...
Study on Blue Carbon Certification - developing certification rules for tidal marshes and seagrass meadows
CINEA is procuring a 16-month study to develop pilot certification methodologies for blue carbon ecosystems (tidal marshes and seagrass meadows) under the CRCF Regulation, including reviews, technical assessments, stakeholder workshops a...
Call for expressions of interest
The European Commission, through the Directorate-General for Research and Innovation, has issued a Call for Expression of Interest (CEI) identified as UCA 23/006. This call aims to establish a list of potential tenderers for the procurem...
Vaisselle et couverts pour la restauration collective et la crèche
Open procurement tender CONSILIUM/2026/OP/0003 for a four-year inter-institutional framework agreement to supply tableware, cutlery and nursery items to the General Secretariat of the Council of the EU and the European Commission in Brus...
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...
Electric power supply for the premises of the European Union institutions in Bratislava, Slovakia
Open procedure tender EP-INLO/LUX/2026/OP/0012 by the European Parliament INLO for the supply of electricity to EU premises at Hurbanovo námestie 6, Bratislava (approx. 2,700 m2, estimated annual consumption 450,000 kWh). The contract is...
Application of Human Biomonitoring (HBM) data in EFSA’s Chemical Risk Assessment
European Food Safety Authority (EFSA) invites tenders to develop a strategy for integrating Human Biomonitoring (HBM) data into its chemical risk assessment processes, including mapping HBM data sources, reviewing methodologies, developi...
STUDY ON CROSS-BORDER PROTECTED AREAS (2025CE160AT119)
European Commission DG REGIO invites tenders for an open services contract to prepare a comprehensive study mapping existing and potential cross-border protected natural areas, analysing governance structures, identifying legal and admin...
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...