Framework contract ASSISTANCE TO THE PERFORMANCE REVIEW BOARD AND THE COMMISSION FOR THE IMPLEMENTATION OF THE PERFORMANCE AND CHARGING SCHEME

Overview

European Commission DG MOVE (Unit E.PRB) invites open tenders for a single framework service contract (EC-MOVE/2026/OP/0005, TED 81/2026 287632-2026) to provide independent expert analytical support to the Performance Review Board and its Secretariat for implementation of the SES2+ performance and charging scheme. The maximum framework ceiling is €7,000,000 and the contract may run up to 48 months; core tasks cover senior expert analytical support, detailed Member State reviews including on-site work, and organisation of large stakeholder events. Submission is electronic via the Funding and Tenders Portal eSubmission, tender deadline 01 June 2026 at 12:00 Brussels time and questions cut-off 21 May 2026 at 23:59. Eligibility is open under EU procurement rules but tenderers must meet selection minima including consolidated average turnover over the last two years above €2,000,000 and provide a team with a project manager plus at least 15 experts including at least five senior experts; award will follow best price quality ratio with price weighted 30 percent and quality 70 percent.

Partner Search

Find collaboration partners for this call

Your Profile
👤
Your country

What You Offer

Describe your expertise here...

You Are Looking For

Describe what you seek here...

Sign In

Highlights

What is funded

A single framework contract to provide expert analytical, technical and event‑organisation services to the Performance Review Board (PRB) and its Secretariat for implementation of the Single European Sky performance and charging scheme (tasks include data analysis, country reviews, trainings and organisation of stakeholder events).

Who may apply

Open procedure:any legal or natural person established under the Treaties or in GPA/eligible third countries. Submissions allowed as sole tenderer or joint tender (consortium). Subcontracting permitted but identified subcontractors above 20% or relied‑upon entities must be declared. Applicants must register in the Participant Register (PIC) and submit tenders via eSubmission (EU Login).

Eligibility and minimum capacity highlights

  1. 1Average turnover (last 2 years) above €2 000 000 (consolidated assessment possible)
  2. 2Technical experience: at least 5 similar projects (>= €250 000 each) in the last 5 years covering at least 6 of the listed SES areas
  3. 3Team: minimum 1 project manager + 15 experts including at least 5 senior experts (senior experts: >=10 years relevant experience, project manager: >=10 years project management)

Estimated budget and duration:Indicative total ceiling €7 000 000; maximum contract duration 48 months. Specific contracts will be awarded under the framework. Payment and reimbursement rules are defined in the draft FWC 1.

ElementDetail
Estimated total value€7 000 000
Maximum duration48 months

Key procedural facts

  1. 1Procedure: Open procedure (single framework contract) awarded on best price-quality ratio
  2. 2Submission method: electronic only via eSubmission (EU Login)

Important dates (Brussels local time):deadline for receipt of tenders 01/06/2026 12:00; public opening 02/06/2026 12:00. Contract notice and full procurement documents (invitation to tender, tender specifications, draft FWC, financial form, case studies, Annexes) published on the Funding & Tenders Portal.

Evaluation and award:Award by best price-quality ratio. Price weighting 30% (weighted daily rates: senior 40% / junior 60%); Quality weighting 70% (approach, case studies, organisation of work, project management). Minimum quality threshold 70/100.

How to prepare a compliant tender

Submit all required documents listed in Annex 1 (Declaration on Honour, technical tender, financial tender using Annex 6, CVs, evidence for selection criteria, signed forms). Technical tender: max 60 pages; each case study max 10 pages. Use the Financial Model in Annex 6 for person‑day rates.

  1. 1Register organisation in Participant Register and obtain PIC
  2. 2Prepare Declaration on Honour and selection evidence (may be requested before award)
  3. 3Upload complete bid via eSubmission using EU Login (2FA will be required after roll‑out)

Lead contracting authority:European Commission, DG MOVE (Mobility and Transport). Full procurement dossier and downloads available on the Funding & Tenders Portal and TED (see call reference EC-MOVE/2026/OP/0005).

Footnotes

  1. 1Procurement documents and the submission portal are accessible through the EU Funding & Tenders Portal: EU Funding & Tenders Portal

Find a Consultant to Support You

Breakdown

Quick facts

Reference:EC-MOVE/2026/OP/0005 (TED reference 81/2026 287632-2026). Procuring authority: European Commission, DG MOVE (Directorate E - Aviation, Unit E.PRB). Procedure type: Open procedure (call for tenders). Submission method: electronic via eSubmission (EU Login required). Estimated total/framework ceiling: €7,000,000. Contract type: single framework contract (one contractor). Maximum duration: 48 months. Award method: best price-quality ratio. Nature of contract: services (business/consulting services, CPV 79000000).

Deadlines and key dates

Deadline for receipt of tenders:01/06/2026 12:00 Europe/Brussels (electronic submission only). Public opening: 02/06/2026 12:00 Europe/Brussels. Contract notice / TED publication date: 27/04/2026. Cut-off for questions: contracting authority is not bound to reply to questions submitted after 21/05/2026 23:59 Europe/Brussels.

What is being procured

Subject:Provision of independent specialist analytical, technical, administrative and event organisation support to the Performance Review Board (PRB) and to the PRB Secretariat for the implementation of the Single European Sky performance and charging scheme (SES2+ Regulation). The Commission seeks a single framework contractor to deliver multiple specific contracts covering three main task groups: Task 1 senior independent expert analytical support and training; Task 2 detailed reviews of Member States (including on-site local support); Task 3 organisation of meetings and large-scale stakeholder workshops.

Detailed scope and deliverables

Core technical scope:support across the four KPAs (Safety, Environment/Climate, Capacity, Cost-efficiency) with cross-cutting expertise in ATM operations, ATFM, flow-management modelling, flight efficiency and emissions, noise, military airspace aspects, cost accounting and charging principles, cost of capital and CAPEX analysis, benchmarking, incentive mechanisms, regulatory and EU law aspects, SESAR/technology and investments. Outputs are analytical notes, reports, data visualisations, country review reports, training materials, presentations, work plans, interim and final reports, and meeting/workshop organisation (agendas, invitations, minutes, logistics). All deliverables and any information systems/databases created will be owned by the Commission and must be delivered in templates/formats required by the PRB Secretariat. The contractor must ensure separation between PRB support tasks and any other commercial work to preserve independence and avoid conflicts of interest.

Contract implementation model and payment

Contract:single framework contract without reopening of competition. Specific contracts will be awarded under the framework using requests for specific contracts. The tenderer commits to fixed person-day rates (two staff categories: senior expert and junior expert). Financial evaluation uses a weighted daily rate: senior expert 40% and junior expert 60% to calculate the weighted average used for price scoring. Reimbursable expenses (travel outside Brussels, accommodation, subsistence, event costs) are payable according to the framework contract rules and ceilings (see Annex IV). Interim payments are foreseen and linked to interim progress reports; final payment is linked to the final report and delivery of any required documentation on pre-existing rights.

Indicative contract ceiling:€7,000,000 (framework contract maximum value) 1.

Who should apply / Eligible applicant types

Eligible applicants:legal persons and natural persons from entities allowed to participate under EU procurement rules. Typical eligible applicant types: consulting firms, research institutes, universities, large enterprises, SMEs, nonprofit research consultancies, international organisations, consortia of the above (joint tenders allowed). Subcontracting is permitted but identified subcontractors must be declared in the tender documentation. Applicants must register in the Participant Register (PIC) and submit via EU Login/eSubmission.

Consortium requirement

The framework contract will be awarded to a single contractor. However, the procurement allows joint tenders (consortia). Joint tender members are jointly and severally liable; one group leader must be designated and Agreement/Power of Attorney provided (Annex 3). Therefore, the opportunity can be tackled by a single entity or a consortium (joint tender).

Beneficiary scope (Geographic eligibility)

Primary geographic eligibility:EU Member States. Activities and the performance and charging scheme cover EU Member States plus Norway and Switzerland; scope may extend to ECAA Associated Parties (Albania, Bosnia and Herzegovina, North Macedonia, Montenegro, Serbia, Kosovo) and other third countries participating in the European Common Aviation Area. Tender rules allow participation from other states where international agreements (e.g. WTO GPA) apply.

Target sectors and technical domains

Relevant sectors:transport / aviation (air traffic management), ICT/data analysis (modelling and data visualisation), environment and climate (flight efficiency, emissions, noise), economics and regulation (cost-efficiency, charging, incentive schemes, benchmarking), safety analysis, SESAR/ATM technology and CAPEX/investments, legal/regulatory analysis (EU law and competition).

Project maturity / expected project stage

Expected maturity:implementation / monitoring / detailed review and demonstration of analytical capabilities. The work is operational and advisory rather than basic research: implementation, validation and expert analysis supporting the PRB during RP4 and preparing inputs for RP5. Tenderers must have consultancy and applied analytical experience in ATM performance and economic regulation.

Funding type and nature of support

Primary financial mechanism:procurement (tender) to award a framework service contract. Beneficiaries (successful contractor) will receive monetary payments for services rendered; additionally the Commission will reimburse specified travel and event costs per the framework contract rules. The contracting authority will own deliverables; contractor receives monetary compensation (daily rates and reimbursables).

Consortium and subcontracting rules

Joint tenders allowed. Group leader must be appointed and all members sign the Agreement/Power of Attorney (Annex 3). Subcontractors must be declared when: (i) their individual share known at submission exceeds 20% of contract volume or (ii) their capacities are relied on to meet selection criteria. Identified subcontractors must provide commitment letters (Annex 5.1). Entities on whose capacities tenderers rely (but that are not subcontractors) must submit commitment letters (Annex 5.2). Changes to consortium composition or identified subcontractors after submission require contracting authority approval and verification of non-exclusion, selection criteria compliance, and that the tender remains substantially unchanged.

Selection & eligibility checks (exclusion and selection criteria)

Exclusion:declaration on honour required for all involved entities (Annex 2). The contracting authority will request documentary evidence for the presumed winner prior to award. Selection (economic and financial): consolidated average annual turnover for last two years above €2,000,000 required. Technical and professional selection: consolidated experience (T1) - at least 5 similar projects of minimum €250,000 each completed in the last five years covering at least 6 defined fields; team composition (T2/T3) - minimum team: 1 project manager + at least 15 experts including at least 5 senior experts; senior experts must have at least 10 years' relevant experience and C2 English; junior experts minimum bachelor + 2 years' experience and C2 English. Evidence of technical capacity is required with the tender (CVs, project list in Europass format). Professional conflicting interests must be declared and avoided.

Evaluation and award criteria

Award based on best price-quality ratio. Scoring:Price 30% (weighted average daily rates: senior 40% / junior 60%); Quality 70% with minimum thresholds (tender must score at least 70% of available quality points). Quality evaluation sub-criteria include approach appropriateness (20 points), case studies (30 points), organisation of work and resource allocation (30 points), project management and quality assurance (20 points). Case studies are provided in Annex 7 and must be addressed (max 10 pages per case study).

Application process, templates and submission

Submission is electronic via eSubmission (EU Login required) at the Funding & Tenders Portal. Tenders must include: Declaration on Honour (Annex 2), Agreement/Power of Attorney for joint tenders (Annex 3), list of identified subcontractors (Annex 4) with commitment letters (Annex 5.1 and 5.2), full technical tender (max 60 pages, case studies 10 pages each), financial tender using Annex 6 price/breakdown template (daily person rates), CVs in Europass, evidence for selection criteria (projects, financial statements if requested), and any other documents listed in Annex 1. Mandatory use of QES (qualified electronic signature) is recommended for signed documents; handwritten signatures accepted but originals must be kept for five years. As of 30 June 2026 2-factor authentication is required for EU Login access; tenderers must ensure EU Login security settings and 2FA readiness.

  1. 1How to submit: prepare technical and financial packages, upload via eSubmission in the correct fields listed in Annex 1.
  2. 2Register organisation in the Participant Register (PIC) before submission.
  3. 3Use Annex 6 Excel financial model; person-day rates must be fixed and valid for full contract duration.
  4. 4Include CVs (Europass) for senior and junior experts and describe team allocation for the three case studies (Annex 7).
  5. 5Declare any conflicts of interest and provide Declaration on Honour (Annex 2).

Administrative and IT requirements

All submissions must be made through the Commission eSubmission system. Accepted browsers:latest Google Chrome or Mozilla Firefox. Attachment limits: individual files < 50 MB; total attachments up to 200 files. PIC is mandatory; eSubmission timestamps constitute proof of timely submission. For security, from 30 June 2026 EU Login 2-factor authentication will be required; tenderers should register a second factor (EU Login app, security key, trusted platform or passkey) in advance 1.

MilestoneDate/time
TED publication / Invitation to tender published27/04/2026
Deadline for tenders (eSubmission)01/06/2026 12:00 Europe/Brussels
Public opening (Brussels)02/06/2026 12:00 Europe/Brussels
Cut-off for contracting authority Q&A21/05/2026 23:59 Europe/Brussels

Documents and templates available

All procurement documents are published in English on the Funding & Tenders Portal under the call reference. Key documents (published v1 on 27/04/2026) include: EN Invitation to Tender; Tender specifications (with Annexes 1-7); Annex 2 Declaration on Honour (exclusion and selection); Annex 3 Agreement / Power of Attorney (joint tenders); Annex 4 List of identified subcontractors; Annex 5.1 and 5.2 Commitment letters; Annex 6 Financial tender form (price and breakdown of costs template); Annex 7 Case studies; Draft framework contract and its annexes (Draft FWC contract, FWC annex III and IV); Appendix 2 Security Requirements (screening and ethics reminder). Tenderers must use these templates and follow the instruction to the letter.

Templates and how to use them (practical outline)

The procurement provides standard templates. Use them as follows:Annex 2 Declaration on Honour: signed by each involved entity (group members, identified subcontractors and entities on whose capacities tenderer relies if required). Annex 3 Agreement/Power of Attorney: required for joint tenders; all group members must sign and designate a group leader authorised to sign the FWC. Annex 4 List of identified subcontractors: declare any subcontractor >20% share or relied upon for selection criteria. Annex 5.1 and 5.2: commitment letters to be provided by identified subcontractors and by entities on whose capacities the tenderer relies. Annex 6 Financial tender form: complete daily rates for Senior and Junior experts; ensure all calculations and totals match eSubmission price fields. Annex 7 Case studies: produce three case study responses (max 10 pages each) and include resource allocation for each (senior/junior person-days). Draft FWC and annexes: read carefully; it governs contractual relationship; draft contract contains ownership of deliverables, reimbursement rules and security obligations. Appendix 2 Security Requirements: follow screening rules for contractor personnel, security declarations and ethics reminder (Annex I of Appendix 2).

Application stages and process

This is a single-stage open procedure:one electronic submission of full tender package (technical and financial) by the deadline. Evaluation follows: administrative checks, exclusion checks, selection checks, quality and price evaluation, ranking and award. The contracting authority will request supporting evidence for exclusion and selection criteria from the presumed winner prior to award. After award, a single framework contract will be signed and specific contracts issued for concrete tasks. There is no re-opening of competition within the same framework.

Number of application stages:1 (one) single-stage electronic submission followed by evaluation and award.

Success rates:Not published. Open procedures typically have low success probability; only one contractor will be awarded the single framework contract. No official success rate is provided in the documentation.

Co-funding, financial obligations and guarantees

No co-funding requirement from the contractor is specified. The Commission pays the contractor for services supplied and reimburses certain expenses under the FWC. Pre-financing is not applicable. Performance and retention guarantees are not required for this FWC. The contractor bears the costs of complying with security and screening obligations.

Eligibility, conflicts and confidentiality

Tenderers and involved entities must not be in exclusion situations listed in Article 138 of the Financial Regulation. Declarations of honour are mandatory. Tenderers must declare any conflicts of interest and must not be subject to EU restrictive measures. The contractor and its personnel must respect confidentiality and data protection obligations (Regulation (EU) 2018/1725 and GDPR where applicable). Certain security screenings apply for personnel accessing Commission premises or IT resources. Ethics reminder for service providers is included and must be implemented by the contractor in contracts with its personnel (Appendix 2 Annex I).

Technical requirements and team composition (minimums)

Minimum team composition required to deliver the framework:one experienced project manager plus at least 15 experts in total including at least five senior experts. Senior expert minimum requirements: 10 years relevant experience, consulting experience in European context, C2 English. Junior expert minimum: university bachelor or equivalent, at least 2 years relevant experience, C2 English. Tender must demonstrate coverage of specified thematic fields and provide CVs (Europass) and project references. The contractor must ensure independence of experts (no concurrent assignments to ANSPs or NSAs that would create conflicting interests for the duration of assignments).

Reporting, meetings and events

Contract management meetings:minimum six per year in Commission premises (or online). Kick-off within two weeks of contract signature. PRB Secretariat coordination meetings may be weekly. Contractor must be available at short notice for presence in Brussels. One large-scale stakeholder event per year is expected; contractor organises logistics and provides provider quotes for contracting authority approval. Event costs reimbursed per framework contract rules; all options must be proposed with 3 commercial offers for contracting authority selection.

Success factors for a competitive tender

  1. 1Demonstrated consolidated technical track record across SES domains (at least 5 substantive projects as specified).
  2. 2Strong, stable team with named senior experts covering each KPA and an experienced project manager (10+ years).
  3. 3Clear, practical methodology addressing the three tasks and the three case studies (Annex 7), with realistic scheduling and risk mitigation.
  4. 4Competitive daily rates and transparent financial model using Annex 6; full compliance with financial form.
  5. 5No conflicts of interest; robust independence arrangements and security compliance (Appendix 2).

What you must not forget

Mandatory electronic submission only; register PIC in Participant Register; use the official templates; provide full Annex 2 Declaration on Honour for all involved entities; include Annex 6 financial template and ensure numbers match eSubmission fields; respond fully to Annex 7 case studies (max 10 pages each); prepare requested evidence to be available quickly for the presumed winner; ensure EU Login is enabled with two-factor authentication ahead of the submission deadline 1.

Mentioned countries and geographic notes

Explicitly mentioned jurisdictions and regions in the procurement documentation:European Union Member States, Norway, Switzerland, ECAA Associated Parties (Albania, Bosnia and Herzegovina, North Macedonia, Montenegro, Serbia, Kosovo). The procurement is run by the European Commission (DG MOVE) based in Brussels, Belgium.

Detailed answers to categorisation questions

Eligible Applicant Types:Consulting firms, SMEs, large enterprises, universities, research institutes, nonprofit consultancies, public bodies (where permitted by procurement rules), public-private consortia, international organisations and consortia/joint tenders of the above. Individuals may participate only as experts supplied by an organisation; natural persons submitting a tender must follow the Declaration on Honour template as applicable.

Funding Type:Procurement (tender) — framework service contract for consulting/analytical services (monetary payments to contractor).

Consortium Requirement:Single contractor will be awarded the FWC. Joint tenders (consortia) allowed; if submitting as a consortium the group leader model and Annex 3 Agreement/Power of Attorney are mandatory. Therefore, either a single entity or a consortium can be awarded but only one FWC contract will be signed.

Beneficiary Scope (Geographic Eligibility):Primary: EU Member States. The performance and charging scheme legally covers EU Member States, Norway and Switzerland and may extend to ECAA Associated Parties (Albania, Bosnia and Herzegovina, North Macedonia, Montenegro, Serbia, Kosovo) and neighbouring third countries with aviation agreements. Entities from other countries may participate under international procurement agreements (e.g. WTO GPA) as applicable.

Target Sector:Transport/aviation (ATM), ICT & data analytics, environment/climate (aviation emissions/flight efficiency), regulatory economics (charging, benchmarking), safety, SESAR/aviation technology and investment.

Mentioned Countries:EU Member States, Norway, Switzerland. ECAA Associated Parties explicitly listed: Albania, Bosnia and Herzegovina, North Macedonia, Montenegro, Serbia, Kosovo.

Project Stage:Implementation, monitoring, detailed review, demonstration and operational expert support (applied analytical consultancy, not basic research).

Funding Amount:Framework contract maximum/estimated total value: €7,000,000.

Application Type:Open call via eSubmission (single-stage electronic tender). EU Login account with 2-factor authentication required to submit.

Nature of Support:Monetary payments for services (daily rates) plus reimbursement of specified expenses; deliverables, datasets and tools owned by the Commission (non-financial outputs).

Application Stages:1 (single-stage submission) followed by evaluation, checks and award. The contracting authority may request further evidence from tenderers at its discretion during the evaluation.

Success Rates:Not provided in the documents. Only one contractor will be awarded the single FWC; historical success rates for EU open tenders are typically low but vary by sector and competition.

Co-funding Requirement:No co-funding required from applicants. The contracting authority will pay for services delivered and reimburse agreed expenses. Contractor must absorb costs related to security screening, compliance and internal overheads within daily rates.

Templates: structure and where to find them

Key templates are provided as Annexes on the F&T Portal and must be used unchanged:Annex 2 Declaration on Honour (exclusion/selection); Annex 3 Agreement/Power of Attorney (joint tenders); Annex 4 List of identified subcontractors; Annex 5.1/5.2 Commitment letters (subcontractors / relied-on entities); Annex 6 Financial tender form (Excel price & breakdown); Annex 7 Case studies (three case studies to be answered max 10 pages each). Draft FWC, FWC Annex III and IV, Appendix 2 Security Requirements and Ethics reminder are provided and must be read and accepted in full. All documents are available for download from the call page.

Full summary — what is this opportunity about and how to explain it

This is an EU public procurement to award a single framework service contract to one contractor who will provide specialist analytical, technical, administrative and event organisation support to the Performance Review Board (PRB) and the PRB Secretariat for the implementation of the Single European Sky (SES) performance and charging scheme (SES2+). The contractor will supply a multi-disciplinary team of experts (senior and junior) to perform three task groups: general senior expert analytical support and training, detailed country reviews (including on-site local support), and organisation of PRB meetings and large stakeholder workshops. Deliverables will include analytical papers, country reports, data visualisations, training materials and fully documented reports owned by the Commission. The contract is a single framework contract (maximum €7 million, up to 48 months) procured via an open electronic tender (eSubmission). Tenderers must comply with exclusion and selection rules, provide a consolidated technical proposition (including three case studies), declare any conflicts, and submit financial proposals using the Annex 6 price template. The award will be made on the best price-quality ratio with strict minimum quality thresholds. Prospective bidders must plan to be operational in Brussels at short notice, ensure independence from ANSP/NSA commercial engagements while on assignments, meet security screening requirements for personnel accessing Commission premises or IT, and ensure EU Login two-factor authentication is setup well in advance.

Footnotes

  1. 1Access and submission via the Funding & Tenders Portal require an EU Login account and, from 30 June 2026, two-factor authentication (2FA). For instructions on EU Login 2FA registration see the Portal documentation and the eSubmission Quick Guide available on the Portal.

Short Summary

Impact

Provide independent, high‑quality analytical, review and stakeholder‑engagement support to the Performance Review Board to ensure effective implementation and monitoring of the Single European Sky (SES2+) performance and charging scheme across participating states.

Applicant

A multidisciplinary service provider able to mobilise a stable team with senior experts (≥10 years) and junior experts, strong EU consultancy experience in ATM/airspace regulation, quantitative data analysis and visualisation, economic regulation/charging, and event organisation with robust independence safeguards.

Developments

Operational analytical work and country‑level performance reviews in air traffic management covering safety, environment (flight efficiency, emissions, noise), capacity (ATM/ATFM modelling) and cost‑efficiency, plus training and large stakeholder workshops to support PRB recommendations.

Applicant Type

Profit SMEs/startups, large corporations and research consultancies (including research institutes and university teams) with consulting capacity in aviation/ATM and regulatory economics; (not individual freelancers).

Consortium

Joint tenders/consortia are permitted but the contract will be awarded as a single framework contract to one contractor (consortium members must appoint a lead and sign the power of attorney).

Funding Amount

Framework ceiling €7,000,000 (maximum over up to 48 months); actual amounts ordered through specific contracts and reimbursable expenses capped at 10% of the framework value.

Countries

Primary relevance to EU Member States (work covers all EU states) and explicitly includes Norway, Switzerland and ECAA Associated Parties (Albania, Bosnia and Herzegovina, North Macedonia, Montenegro, Serbia, Kosovo) because the SES performance and charging scope covers these jurisdictions.

Industry

Aviation / Air Traffic Management — implementation of the Single European Sky (SES2+) performance and charging scheme.

Additional Web Data

Funding Opportunity Overview

This is a framework contract tender issued by the European Commission, Directorate-General for Mobility and Transport (DG MOVE), to provide specialized support to the Performance Review Board (PRB) and its Secretariat. The PRB was established under Regulation (EU) 2024/2803 on the implementation of the Single European Sky (SES2+) and is responsible for providing independent and impartial advice to the Commission on performance and charging schemes for air navigation service providers across Europe.

Procedure Identifier:EC-MOVE/2026/OP/0005

TED Reference:81/2026 287632-2026

Publication Date:27 April 2026

Key Deadlines

MilestoneDate and Time
Deadline for Questions21 May 2026 at 23:59 Brussels time
Tender Submission Deadline01 June 2026 at 12:00 Brussels time
Public Opening of Tenders02 June 2026 at 12:00 Brussels time

Funding Amount and Contract Value

Estimated Total Value:€7,000,000 (seven million euros) as the maximum framework contract ceiling. This represents the total amount available over the entire contract duration. The actual volumes to be ordered are estimates only and there is no commitment to spend the full amount.

Expense Reimbursement Cap:Reimbursable expenses (travel, subsistence, accommodation, event organization) shall not exceed 10 percent of the total framework contract value.

Contract Duration and Type

Maximum Duration:48 months from the date of entry into force of the framework contract.

Contract Type:Single framework contract with one contractor. The framework contract establishes a mechanism for future repetitive purchases through specific contracts. Signature of the framework contract does not impose an obligation on the Commission to conclude specific contracts. Within three years following signature, the Commission may use the negotiated procedure to procure new services from the contractor up to a maximum of 50 percent of the initial framework contract ceiling for repetition of similar services.

Award Method:Best price-quality ratio. Tenders are evaluated on price (30 percent weighting) and quality (70 percent weighting).

Scope of Services

The contractor will provide independent expert support to the PRB and PRB Secretariat for analytical tasks requiring specialist knowledge on technical aspects of performance and charging scheme implementation. Services are organized into three main tasks.

Task 1: General Independent Senior Expert Support:Provision of senior expert support to the PRB Secretariat including data gathering, processing, analysis and visualization. Support includes preparation of analytical notes, reports, papers, and monitoring of performance across Member States in four key performance areas: safety, environment (flight efficiency, aviation emissions, noise), capacity (ATM operations, flow management, modelling), and cost-efficiency. The contractor will support target setting, assessment of performance plans, and follow-up on PRB opinions and recommendations. Specialized training provision is also required.

Task 2: Detailed Reviews of SES States:Senior expert support to draft detailed review reports on performance plans for Member States identified by the PRB. This includes in-depth analyses of state-specific issues, on-site visits, development of supporting materials, and collaboration with PRB, Commission, National Supervisory Authorities and air navigation service providers. Local expert involvement may be required.

Task 3: Organisation of Meetings and Stakeholder Workshops:Organization of large-scale PRB events (approximately 100-150 persons) including stakeholder events and conferences. This encompasses all logistical aspects: agenda development, speaker and moderator identification, travel and accommodation arrangements, venue booking, IT equipment provision, interpretation services, catering, minutes taking and registration. Approximately one large-scale event per year is expected. All event organization costs require prior approval from the Commission based on at least three commercial offers.

Deliverables and Reporting

All deliverables must be submitted as drafts initially, with the Commission able to request revisions. Final deliverables include analytical notes, reports, papers, data visualizations, presentations, supporting materials, and meeting minutes. All reports must be in English, in PDF and MS Word format (or Excel for data), following the Commission Interinstitutional Style Guide with clear, non-technical language. For each specific contract, the contractor must provide a work plan, interim progress report(s) and final report. Interim payments are linked to interim progress reports (typically at 4 and 8 months after contract start) and final payment is linked to the final report.

Who Can Apply

Eligible Applicants

This is an open procedure. Any natural or legal person may submit a tender, including sole tenderers, joint tenders (groups of economic operators), and entities relying on subcontractors or other entities for capacity. Participation is open on equal terms to all natural and legal persons coming within the scope of the EU Treaties, international organizations, and natural and legal persons established in third countries with special agreements with the EU on public procurement (including WTO Government Procurement Agreement signatories).

Exclusion Criteria

Tenderers must not be subject to EU restrictive measures or in exclusion situations as defined in Article 138 of the Financial Regulation. These include bankruptcy or insolvency, breach of tax or social security obligations, grave professional misconduct, fraud, corruption, criminal offences, significant deficiencies in contract performance, irregularities, creation of entities to circumvent legal obligations, and intentional resistance to investigations. Tenderers must provide a Declaration on Honour confirming non-exclusion. Evidence of non-exclusion will be requested from the presumed successful tenderer before award.

Selection Criteria

Tenderers must demonstrate legal, regulatory, economic, financial, technical and professional capacity to perform the contract.

Economic and Financial Capacity (Criterion F1):Average yearly turnover of the last two financial years must exceed €2,000,000. This is assessed on a consolidated basis across all involved entities. Evidence required: profit and loss accounts and balance sheets for the last two years (most recent year closed within last 18 months) or appropriate bank statements. Evidence may be requested at any time during the procedure.

Technical Capacity (Criterion T1):Tenderer must prove experience in at least 5 similar projects (in scope and complexity) completed in the last five years, each with minimum value of €250,000. All projects together must cover at least 6 of the following fields: safety, environment (flight efficiency, aviation emissions, noise), capacity (ATM operations, flow management, modelling), military, cost-efficiency and economic regulation of network industries, technology (SESAR) and investment, Single European Sky performance and charging scheme, and EU law on regulation of network industries. Evidence required: detailed project list including start/end dates, total amounts, scope, role and amount invoiced.

Professional Capacity - Senior Experts (Criterion T2):Team must include at least one project manager and at least 15 other experts total, of which at least 5 must be senior experts. At least one senior expert per key performance area (safety, environment, capacity, cost-efficiency) is required. Each senior expert must have: minimum 10 years relevant professional experience in the listed fields; proven consulting experience in a European context; English language proficiency at C2 level (Common European Framework). The project manager must have at least 10 years project management experience. All listed areas must be covered jointly by senior experts. Evidence required: table summarizing competences, years of experience, projects worked on and roles, plus Europass format CVs.

Professional Capacity - Junior Experts (Criterion T3):At least 10 junior experts required with: bachelor's university degree or equivalent; minimum 2 years professional experience in at least one of the following areas (qualitative and quantitative data collection, data analysis, event organisation, stakeholder engagement); English language proficiency at C2 level. All listed areas must be covered jointly by junior experts. Evidence required: table summarizing competences and Europass format CVs.

All technical and professional capacity evidence must be provided with the tender. Tenderers may rely on capacities of subcontractors or other entities only when those entities will perform the works or services for which the capacities are required. Involved entities must not be subject to professional conflicting interests that may negatively affect contract performance.

Tender Submission Requirements

Submission Method:Electronic submission only via eSubmission system available on the EU Funding and Tenders Portal. Tenders submitted by other means (email, post) will be rejected. Tenderers must register in the Participant Register and obtain a Participant Identification Code (PIC). Each group member in a joint tender must also be registered.

Language:Tenders may be submitted in any official EU language. English language version constitutes the sole authentic text and prevails over other language versions.

Technical Tender:Maximum 60 pages (Times New Roman, font size 12, single line spacing), excluding annexes, case studies and selection criteria evidence. Each case study maximum 10 pages. Must address compliance with minimum requirements and award criteria. Must demonstrate awareness of background, trends and developments in safety, environment, capacity, military, cost-efficiency, economic regulation, technology (SESAR), Single European Sky performance and charging scheme, and EU law. Must include approach to addressing future challenges.

Financial Tender:Must use the Financial Model in Annex 6. Tenderers must specify two categories of person-day prices: senior expert and junior expert. Prices must be fixed amounts including all charges and costs (backstopping, insurance, reports, communication, facilities, travel to Brussels) except reimbursable expenses (travel outside Brussels, accommodation, event organization costs). Weighted average calculated as: senior expert 40 percent, junior expert 60 percent. Prices must be fixed for the entire framework contract duration and valid for any specific contract request. All prices in euros, free of VAT. Tenderers from non-euro countries must quote in euros; exchange rate risk borne by tenderer.

Required Documents:

  • Declaration on Honour on exclusion and selection criteria (signed by authorized representative)
  • Evidence of authorization to sign documents
  • Agreement/Power of attorney (for joint tenders)
  • List of identified subcontractors and proportion of subcontracting
  • Commitment letters from identified subcontractors and entities on whose capacity tenderer relies
  • Evidence of technical and professional capacity (project references, expert competence tables, CVs)
  • Technical tender
  • Financial tender
  • Case studies (three case studies addressing specific tasks)

Case Studies:Three case studies must be addressed (maximum 10 pages each). Case Study 1 requires comprehensive analysis methodology for capacity status across Area Control Centres, quantification of capacity issues and bottleneck identification, with compliant solutions. Case Study 2 requires selection methodology for Member States requiring detailed review based on PRB opinions and other sources, detailed review methodology, timeline and resource allocation including local teams. Case Study 3 requires organization of large-scale hybrid workshop in Brussels for European aviation stakeholders to support PRB recommendations for the fifth reference period, including objectives, attendees, agenda, resources and logistical coordination. For each case study, tenderers must indicate organization of work and allocation of resources between senior and junior experts.

Evaluation and Award Criteria

Evaluation Process:Evaluation includes verification of access to procurement, administrative compliance, non-exclusion, selection criteria fulfillment, compliance with minimum requirements, award criteria evaluation, and verification of absence of restrictive measures. Tenders not meeting minimum requirements are rejected without full evaluation. Rejected tenderers are informed of grounds for rejection without feedback on non-assessed content.

Award Criteria Weighting:

CriterionWeightingThreshold
Price30 percentNo minimum threshold
Quality70 percentMinimum 70 percent
- Appropriateness and quality of approach20 points14 points minimum
- Quality of proposed approach for case studies30 points21 points minimum
- Organisation of work and allocation of resources20 points14 points minimum
- Project management, quality assurance and work organisation20 points14 points minimum

Tenders must score minimum 70 percent overall and minimum 70 percent for each quality criterion. Tenders not reaching minimum quality levels are rejected and not ranked. Award formula: (Total quality score x 0.7 + Lowest total price / Total price of tender x 0.3) / 100. Contract awarded to highest-ranked tender meeting all requirements.

Abnormally Low Tenders:Tenderers must be aware that abnormally low tenders may be rejected in accordance with Point 23 of Annex I to the Financial Regulation.

Payment Terms and Conditions

Payment Structure:Pre-financing is not applicable. Interim payments are available: first interim payment up to 30 percent of specific contract price upon submission of interim progress report; second interim payment up to 30 percent upon submission of second interim progress report. Final payment (balance) due upon submission of final report. Payment due within 60 days of invoice receipt. Contractor must submit invoices with interim progress reports and final report, plus statements of reimbursable expenses.

Price Revision:Price revision is not applicable to this framework contract. Prices are fixed and not subject to revision during the entire 48-month duration.

Reimbursable Expenses:Travel, subsistence, accommodation and event organization costs are reimbursed according to Article I.5.3 of the framework contract and Annex IV (reimbursement rates). Travel to Brussels for regular contract management meetings (estimated 6 times per year for 2 experts) should be included in daily rates. Travel outside Brussels, accommodation and subsistence allowances are reimbursed separately upon prior written approval. Daily subsistence allowance and accommodation flat-rate ceilings are specified in Annex IV. Total reimbursable expenses cannot exceed 10 percent of the framework contract value.

Guarantees:Performance guarantee and retention money guarantee are not applicable to this framework contract.

Key Contractual Obligations and Conditions

Quality Standards:Contractor must provide services of high quality standards in accordance with state of the art in the industry and provisions of the framework contract, tender specifications and contractor's tender. Timely delivery is essential. Contractor must comply with all minimum requirements including applicable environmental, social and labour law, data protection obligations, and security requirements.

Independence and Impartiality:Contractor must ensure transparency, impartiality and independence in assisting the PRB and PRB Secretariat. This requires adequate separation of tasks performed for the PRB from other contractor tasks. Selected experts must not be involved in provision of work to any Air Navigation Service Providers or National Supervisory Authorities for the duration of their assignment. Contractor must demonstrate how these requirements will be implemented practically. Continuity and stability of assistance must be demonstrated.

Personnel and Availability:Contractor must provide names and CVs of allocated staff. Team members working less than 100 percent for this contract must ensure outside work does not conflict with contract priorities or independence requirements. Contractor must be available at short notice for meetings in Brussels and attend regular weekly coordination meetings. Contractor must replace any personnel member at Commission's reasoned request if lacking required expertise or causing disruption. Replacement costs borne by contractor.

Meetings and Contract Management:Kick-off meeting within 2 weeks of contract signature. Regular contract management meetings at least 6 times per year in Commission premises (or online if requested). Estimated 2 experts required for in-person meetings. Contractor must prepare detailed project work plan regularly updated. Draft meeting agendas must be sent 3 days before meeting; minutes must be sent within 2 days of meeting. Contractor must discuss and agree number of attendees in advance.

Intellectual Property Rights:The Union acquires irrevocably 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 for all modes of exploitation. Contractor must provide list of all pre-existing rights with final invoice or declaration that no pre-existing rights exist. All developed deliverables including websites, document exchange systems and databases are owned by the Commission.

Confidentiality and Data Protection:Contractor must treat all information and documents disclosed during contract implementation as confidential. Personal data processing must comply with Regulation (EU) 2018/1725. Personal data must be processed only within EU and European Economic Area territory; data centers must be located within this territory. No access to data outside EU/EEA permitted. Contractor must notify contracting authority of personal data breaches within 48 hours. Contractor must assist with data subject rights requests and data protection impact assessments.

Security Requirements:Contractor and personnel must comply with Commission security requirements including Commission Decision (EU, Euratom) 2015/443 and Regulation (EU, Euratom) 2023/2841 on cybersecurity. Contractor must establish and maintain appropriate risk management process for confidentiality, integrity and availability of assets. Technical and organizational security measures must be implemented before commencing tasks and regularly updated. Contractor must notify Commission of security incidents within 48 hours. Personnel granted access to Commission premises in Belgium must undergo security screening by Belgian authorities; screening fees paid by contractor. Access cards remain Commission property and must be returned within 10 days of expiry or access termination.

Conflict of Interest:Contractor must take all necessary measures to prevent situations of conflict of interest or professional conflicting interest. Contractor must notify Commission in writing as soon as possible of any such situation and immediately take action to rectify. Commission may verify appropriateness of action, require further action within specified deadline, or decide not to award specific contracts until situation rectified.

Subcontracting:Contractor must not subcontract beyond parties identified in tender without prior written Commission authorization. Contractor remains fully responsible for contract performance even if subcontracting authorized. Contractor must ensure subcontracts do not affect Commission rights, particularly regarding confidentiality, intellectual property and audits. Changes to identified subcontractors during procedure require prior written Commission approval subject to verification that new subcontractor is not subject to restrictive measures, has access to procurement, is not in exclusion situation, and that tenderer still fulfills selection criteria.

Termination:Commission may terminate framework contract or specific contracts for grounds including: failure to start provision of services within 15 days of scheduled date; inability to obtain required permits or licenses; failure to implement in accordance with specifications or material breach of obligations; contractor or related person in exclusion situations; procedure subject to errors, irregularities, fraud or breach; non-compliance with environmental, social or labour law; conflict of interest not rectified; substantial change to contractor's legal, financial, technical or ownership situation; force majeure making resumption impossible; changed Commission needs; data protection breaches; security and confidentiality violations. Either party may terminate for convenience with 6 months written notice. Contractor liable for damages resulting from termination except in cases of force majeure or changed Commission needs.

Liability:Contractor performs contract at its own risk and warrants to hold Commission harmless against third-party actions. Contractor liable for loss or damage caused during contract implementation resulting from breach, up to 3 times the specific contract amount, except in cases of gross negligence, wilful misconduct, injury to persons, or breach of intellectual property rights (unlimited liability). Commission not liable for contractor losses unless caused by Commission's wilful misconduct or gross negligence.

Checks and Audits:Commission may check or audit contract implementation at any time during service provision and up to 5 years after payment of final balance. Contractor must keep all original documents for 5 years after final payment. Contractor must grant Commission staff and authorized personnel access to sites, premises and all information needed for checks and audits. European Anti-Fraud Office (OLAF) may conduct investigations including on-the-spot checks. Court of Auditors and European Public Prosecutor's Office have same audit rights as Commission.

Important Procedural Information

Questions and Clarifications:Requests for additional information must be submitted in writing through the F&T Portal by clicking Create a Question in the Questions and Answers section. Commission not bound to reply to requests received less than 6 working days before submission deadline. All additional information published on F&T Portal; tenderers responsible for checking updates during submission period.

Tender Opening:Tenders opened on 02 June 2026 at 12:00 Brussels time. Maximum 2 representatives per tender may attend. Tenderers must provide full name, date of birth, nationality and ID/passport number of representatives at least 2 working days in advance to MOVE-PRB-ADMIN@ec.europa.eu. Representatives must present eSubmission submission receipt and sign attendance sheet. Public opening limited to verification of submission compliance and announcement of tenderer names.

Tender Validity:Tender validity period specified in invitation letter (minimum period must be respected). Tenderers may withdraw or replace tenders before deadline. Only one tender per tenderer considered; if multiple tenders submitted, only latest considered. No more than one tender per tenderer except where tender specifications allow variants.

Notification of Results:Tenderers notified of procedure outcome by email to address provided in eSubmission. Ranked tenderers may request in writing information on relative advantages of successful tender and its total financial offer amount after being informed of results. Commission may withhold confidential information including unit prices, technical or trade secrets.

Applicable Law and Disputes:Framework contract governed by Union law, complemented by Belgian law where necessary. CISG (United Nations Convention on Contracts for International Sales of Goods) excluded. Courts of Brussels have exclusive jurisdiction over disputes regarding validity, interpretation, performance or termination of framework contract or specific contracts.

Data Protection:Personal data in tender processed pursuant to Regulation (EU) 2018/1725 solely for evaluation purposes by European Commission as data controller. Tenderers have rights to access, rectify or erase personal data and restrict processing. Queries concerning data processing addressed to data controller or Data Protection Officer. Right to lodge complaint with European Data Protection Supervisor. Tenderer personal data may be registered in Early Detection and Exclusion System (EDES) if in situations mentioned in Article 138 of Financial Regulation.

Contact Information and Resources

Contracting Authority:European Commission, Directorate-General for Mobility and Transport, Directorate E - Aviation, Unit E.PRB, Rue Demot 28, B-1040 Brussels, Belgium. Email: MOVE-PRB-ADMIN@ec.europa.eu

Portal Access:All procurement documents available on EU Funding and Tenders Portal at https://ec.europa.eu/info/funding-tenders/opportunities/portal/screen/opportunities/tender-details/1cb92353-5b2f-4bc9-8f07-30bde77e155f-CN. Subscription to call for tenders allows email notifications of updates. Subscription free and involves no commitment to submit tender.

eSubmission Support:For technical problems with eSubmission, contact eSubmission Helpdesk. Supported browsers: latest versions of Google Chrome or Mozilla Firefox. System requirements and accepted file types available at eSubmission Quick Guide. Maximum file size per attachment: 50 MB. Maximum documents per submission: 200 files.

Participant Register:Registration required at Participant Register. Each organization obtains 9-digit Participant Identification Code (PIC) as unique identifier. Registration required only once; information can be reused in other EU calls. SME status must be registered and kept up to date.

EU Login:EU Login account required for eSubmission, subscribing to calls, submitting questions and accessing F&T eProcurement wiki. Account creation requires only email address and password. As of 30 June 2026, 2-factor authentication required for account access; can be activated in Security settings of F&T Portal account.

Footnotes

  1. 1The framework contract will be implemented through specific contracts. The Commission is not obligated to order services for the maximum amount. Actual volumes depend on quantities ordered through specific contracts. The framework contract ceiling shall not be exceeded.

Update Log

No updates recorded yet.

Documents

Document filePDF documentPDF documentWord documentExcel documentPDF documentPDF documentPDF documentPDF documentPDF document

Discover with AI

Let our intelligent agent help you find the perfect funding opportunities tailored to your needs.

Try AI Agent →

EU Grant Database

Explore European funding opportunities in our comprehensive, up-to-date collection.

Browse Database →

Stay Informed

Get notified when grants change, deadlines approach, or new opportunities match your interests.

Configure Notifications →

Track Your Favorites

Follow grants you're interested in and keep them organized in one place. Get updates on changes and deadlines.

Use the Follow button above ↑

EUSPA/OP/01/26 - Legal Advice and Support to EUSPA

TenderOpen

The European Union Agency for the Space Programme (EUSPA) has published an open tender (EUSPA/OP/01/26) to award up to two multiple framework contracts in cascade for legal advice and support to the Agency and its staff. The framework co...

May 11th, 2026

Framework Contract on Services supporting the evaluation, implementation and further development of air quality, air emissions and noise policies in a zero pollution perspective

TenderOpen

The European Commission Directorate General for Environment is procuring a multiple framework contract with reopening of competition to support evaluation, implementation and further development of EU air quality, air emissions and noise...

June 11th, 2026

Quality Assurance to Monitoring & Evaluation Systems for the EU External Action

TenderOpen

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...

May 7th, 2026

Banking services for the European Parliament for 2027-2031

TenderOpen

The European Parliament Directorate General for Finance (EP-FINS) has published tender EP-FINS/LUX/2026/OP/0001 to select up to three banking establishments to provide comprehensive banking and treasury services for 2027 to 2031 under a...

June 8th, 2026

Cooperation facility II in Lesotho - Technical Assistance and Operational Third Party Monitoring

TenderOpen

Restricted tender (two-stage) to establish a fee-based Cooperation Facility II providing on-demand technical assistance and operational third-party monitoring to the EU Delegation in Lesotho, financed under NDICI with an estimated contra...

May 25th, 2026

Monitoring and analysis services of the Spanish media

TenderOpen

The European Parliament DG COMM Directorate for Media has launched tender EP-COMM/2026/OP/0016 for a framework contract to provide daily monitoring and quantitative analysis of Spanish print, online and audiovisual media delivered to the...

May 21st, 2026

Multiple framework service contract in cascade for Better Regulation related activities on Sustainable Fisheries Partnership Agreements (SFPAs) 2026-30

TenderOpen

The European Commission (DG MARE) has launched an open call for tenders (EC-MARE/2026/OP/0001) for a multiple framework service contract in cascade to support Better Regulation activities related to Sustainable Fisheries Partnership Agre...

June 15th, 2026

Management of the Administrative and Technical Secretariat of the "Coordination groups for Administrative Cooperation on Market Surveillance”

TenderOpen

The European Commission DG GROW invites open tenders (procedure EC-GROW/2026/OP/0010) for the provision of administrative and technical secretariat services to the Coordination Groups for Administrative Cooperation on market surveillance...

May 27th, 2026

EEA/DTL/R0/26/003 - Provision of consultancy services for delivering derived geospatial products (“instances”) from the CLCplus Core database

TenderOpen

Tender EEA/DTL/R0/26/003 (EEA/2026/OP/0016) issued by the European Environment Agency seeks a single-winner framework service contract to produce derived geospatial instances from the CLCplus Core database for policy support, principally...

June 1st, 2026

Monitoring and analysis services of the Czech media

TenderOpen

The European Parliament (DG COMM) invites tenders under procedure EP-COMM/2026/OP/0014 for a framework contract to provide daily media monitoring (print, online, radio, TV) and monthly media analysis of Czech media delivered via the EPMM...

May 11th, 2026

Administrative support services to EUSPA

TenderOpen

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...

April 30th, 2026

Acquisition, Development, Hosting and Support of the EuroHPC JU Access Calls Peer-Review Platform

TenderOpen

EuroHPC JU has issued an open tender (EUROHPC/2026/OP/0004) for the acquisition, deployment, hosting and support of a production-ready peer-review platform to manage access calls for EuroHPC supercomputers, AI Factories and quantum compu...

May 13th, 2026