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

Overview

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 policies, structured in two independent lots, Lot 1 Air quality and emissions and Lot 2 Noise. The total indicative value is €6,500,000 with Lot 1 estimated at €5,000,000 and Lot 2 at €1,500,000, the maximum contract duration is 48 months and up to four contractors may be awarded per lot. Tenders must be submitted electronically via the EU Funding and Tenders Portal eSubmission system and the deadline for receipt of tenders is 11 June 2026 at 16:00 Brussels time. Awards will be made on the basis of the best price quality ratio following administrative, exclusion and selection checks and evaluation of illustrative tasks and technical and financial offers.

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 it funds

Framework contracts (with reopening of competition) to provide expert services for evaluation, implementation and further development of EU air quality, air pollutant emissions and noise policies (two independent lots: Lot 1 Air quality and air pollutant emissions; Lot 2 Noise). Services include data collection, geo-spatial and statistical analysis, modelling, assessment of plans and measures, support to policy evaluation and impact assessment, capacity building and stakeholder engagement.

Who can apply

Legal persons and groups established in the EU/EEA and countries covered by the WTO Government Procurement Agreement and third countries eligible under the LIFE programme. Applicants must register in the Participant Register (PIC) and submit tenders electronically via the EU Funding & Tenders Portal. Joint tenders and subcontracting are allowed subject to the tender specifications and selection criteria.

Contract structure and duration:Multiple framework contracts (up to four contractors per lot), non-exclusive, with reopening of competition. Maximum duration 48 months. Work awarded under specific contracts ordered from the FWC.

Money and scale

Estimated total value published €6 500 000 for both lots combined. Indicative ceilings by lot: Lot 1 (Air) €5 000 000; Lot 2 (Noise) €1 500 000.

ItemAmount (EUR)
Estimated total value6 500 000
Lot 1 — Air quality & emissions5 000 000
Lot 2 — Noise1 500 000

Key dates and procedure

  1. 1TED publication date: 28/04/2026
  2. 2Deadline for receipt of tenders (Europe/Brussels): 11/06/2026 16:00
  3. 3Virtual public opening of tenders: 12/06/2026 10:30 (Europe/Brussels)

Procedure:open procedure to establish framework contracts; award by best price-quality ratio. Submissions must be electronic via the Portal; tender documents, invitation letter, draft contracts and specifications published on the Portal F&T Portal 1.

Selection and deliverables

Selection checks cover exclusion, legal and financial capacity and technical/professional capacity (project references, multilingual capacity, expert profiles). Typical deliverables: interim and final reports, datasets, presentations, workshops and training; project durations commonly 6–18 months per specific contract.

  1. 1Tendering via eSubmission on the F&T Portal (EU Login required)
  2. 2Provide required legal, financial and technical documentation and illustrative task responses as set out in tender specifications
  3. 3If awarded, compete in reopening-of-competition calls for specific contracts under the framework

For full procurement documents, templates and Q&A consult the Funding & Tenders Portal listing for EC-ENV/2026/OP/0013 F&T Portal tender page 1.

Footnotes

  1. 1Procurement documents (invitation letter, tender specifications, draft contracts and annexes) are published on the EU Funding & Tenders Portal tender page (EC-ENV/2026/OP/0013).

Find a Consultant to Support You

Breakdown

Opportunity summary

Title:Framework Contract on Services supporting the evaluation, implementation and further development of air quality, air emissions and noise policies in a zero pollution perspective. Reference: EC-ENV/2026/OP/0013. Procedure: Open procedure. Nature of contract: Services (framework agreement with reopening of competition). Lots: two independent lots: Lot 1 Air quality and air pollutant emissions; Lot 2 Noise. Estimated total value: €6 500 000 (Lot 1 estimated value €5 000 000; Lot 2 estimated value €1 500 000). Maximum duration: up to 48 months. Award method: best price-quality ratio. Main CPV: 90700000 Environmental services. TED reference: 82/2026 288285-2026. Publication date: 28/04/2026. Deadlines: deadline for receipt of tenders 11/06/2026 16:00 Europe/Brussels; public opening 12/06/2026 10:30 Europe/Brussels; contracting authority not bound to reply to questions submitted after 03/06/2026 23:59 Europe/Brussels.

Scope and objectives

Purpose:To establish one or more multiple framework contract(s) (up to four contractors per lot) able to deliver timely, high-quality technical and policy support to the European Commission (DG ENV) and other Commission services on air quality, national emission projections and programmes, and noise policy, in support of the Zero Pollution Action Plan and related EU legislation (including the revised Ambient Air Quality Directive 2024/2881, NECD 2016/2284 and Directive 2002/49/EC on environmental noise).

Core activities requested under Lot 1 (Air quality and emissions)

  1. 1Information and data collection (qualitative and quantitative) to complement official reporting and to support assessments
  2. 2Geo-spatial and statistical data analysis, cross-referencing emissions, concentrations and ecosystem impacts
  3. 3Evaluation of air quality monitoring networks, siting of sampling points, modelling applications and compliance with AAQD requirements
  4. 4Impact analyses: health, ecosystems, socio-economic costs and benefits of air pollution and of measures
  5. 5Integrated assessments and modelling (scenario analysis, projections, projections review for NECD reporting cycles)
  6. 6Assessment and review of national air pollution control programmes (NAPCPs), policies and measures (PaMs), including cost-effectiveness and feasibility
  7. 7Support to policy evaluation, development of guidance documents, capacity building and stakeholder engagement

Core activities requested under Lot 2 (Noise)

  1. 1Information and data collection and verification for environmental noise reporting and strategic noise mapping
  2. 2Geo-spatial and statistical analysis of noise exposure, hot-spot identification and prioritisation
  3. 3Qualitative and quantitative assessments of health and socio-economic impacts of noise pollution
  4. 4Integrated modelling and evaluation of mitigation measures and CNOSSOS and other methodologies, and projections of compliance with END requirements
  5. 5Technical and policy support studies (feasibility, impact assessments, Better Regulation inputs) and assessment of noise action plans and summaries
  6. 6Capacity building for Member States on mapping and action plan preparation, and stakeholder engagement support (events, surveys, consultations)

Contract structure and implementation

Type:Framework agreement (multiple contractors per lot, with reopening of competition). Specific contracts will be launched under the framework by re-opening competition among framework contractors. Re-opening: contracting authority will send a request for specific contract to all framework contractors for the lot; contractors submit specific tenders within a reply time (minimum 10 working days). Award of specific contracts to most economically advantageous tender based on criteria set in the FWC. Typical specific contract durations: often 6–18 months, can be shorter or longer.

Framework ceiling and procurement modalities:Lot 1 indicative ceiling €5 000 000; Lot 2 indicative ceiling €1 500 000; total estimated value €6 500 000. Contract duration up to 48 months. Award: best price-quality ratio. Framework allows repetition/extension procurement within three years up to max 50% of initial ceiling via negotiated procedure. Submission is electronic through eSubmission (EU Login required). The contracting authority may use the EU Funding & Tenders Portal and other electronic exchange systems during implementation EU Funding & Tenders Portal.

Who should apply / Eligible applicant types

Eligible applicant types:legal persons and groups of legal persons established and allowed to participate under EU procurement rules, including but not limited to: SMEs, large enterprises, consultancies, engineering firms, environmental services companies, research organisations, universities, non-governmental organisations (NGOs), independent experts, public bodies, consortia / public-private partnerships. Subcontracting allowed subject to conditions and prior notification of identified subcontractors above 20% share or relied-on capacities. Participants must not be subject to EU restrictive measures. Participant Identification Code (PIC) required via the Participant Register.

Funding type and nature of support

Funding type:Procurement (tender) — framework contract for services. Financial mechanism: service contract payments. Nature of support: monetary payments to contractors (service fees) in exchange for delivery of services and deliverables; no grant funding. Payments by interim invoices and final balance depending on contract value and schedule; typical payment schedules described in draft FWC.

Consortium requirement and application model

Consortium requirement:Not mandatory to form a consortium; applicants may apply as single legal entities or as joint tenders (groups of economic operators). The call allows joint tenders; if joint tender, members sign an Agreement/Power of Attorney and appoint a group leader with single point of contact. Framework may award multiple contractors per lot. Reopening of competition under framework: all framework contractors for a lot will be invited to bid for each specific contract.

Beneficiary scope (Geographic eligibility)

Geographic eligibility:Open to economic operators established in the EU and other entities covered by international agreements applicable to EU procurement (e.g. GPA signatories), and to entities eligible under LIFE programme participation rules. Work performance locations: contractor premises and any other place indicated in specific requests; the contracting authority is DG ENV in Brussels, Belgium. Personal data hosting and processing must comply with Regulation (EU) 2018/1725; preferred hosting inside EU/EEA unless specifically authorised (see contract data protection clauses).

Target sectors and technical areas

Target sector:environment (air quality, air pollutant emissions), noise pollution. Thematic competencies sought: ambient air quality monitoring and modelling, emission inventories and projections, integrated assessment modelling (air and climate), health impacts assessment (air pollution and noise), ecosystem impacts analysis, socio-economic analysis and cost-benefit valuation, policy and regulatory analysis (AAQD, NECD, END), noise mapping methodologies (CNOSSOS), GIS and spatial analysis, data management, stakeholder engagement and capacity building.

Project stage and expected maturity of contractors

Project stage:activities cover research, assessment, modelling, validation, demonstration, policy evaluation and operational support for implementation and enforcement. Contractors are expected to be experienced in applied policy support, with teams able to undertake research, modelling, assessments, reviews and advisory work. Expected maturity: development/validation/demonstration to policy implementation and support for scaling of good practices.

Funding amount and contract ceilings

Funding amount (indicative):Lot €1 5 000 000; Lot €2 1 500 000; total €6 500 000. These are framework ceilings and not guarantees of minimum ordering. Specific contracts will specify exact budgets. The framework allows further negotiated repetition procurements up to 50% of initial ceiling within three years.

Application process and submission type

Submission method:Electronic submission via the EU eSubmission system and EU Funding & Tenders Portal; EU Login (2-factor authentication from 30 June 2026) mandatory. Procedure: Open procedure for initial framework award; then reopening of competition for specific contracts. Tenderers must register in the Participant Register and obtain PICs. Deadlines and time zones in contract notice (local time Brussels). Questions to be submitted through the Portal Questions & Answers section.

Nature of support to beneficiaries

Beneficiaries will receive monetary payments for delivered services according to contract terms (money). The contracting authority may also require participation in workshops, expert groups and stakeholder events (non-monetary engagement included within service deliverables).

Application stages and evaluation

Application stages:1) Submission of tender via eSubmission; 2) Administrative compliance and exclusion/selection checks; 3) Technical and financial evaluation of tenders including illustrative task bids; 4) Award and contract signature; 5) Reopening of competition for specific contracts under the framework. The tender evaluation includes assessment of illustrative tasks (technical bid), capability/capacity checks, and award on best price-quality ratio. The procurement documents specify award and selection criteria and templates.

Number of stages for this tender:Applicants must pass 4 main stages for framework award (submission, admin/exclusion, selection, award) and then separate short re-opening competitions for any specific contract; overall from call to delivery typically involves 2 to 4 distinct procedural stages depending on whether focus is framework award or specific contract award.

Success rates and competitiveness

Success rates:No explicit success rate provided. Framework calls of this nature are competitive: the draft allows up to four contractors per lot but final number depends on evaluation results. Success probability depends on technical quality, demonstrated experience against selection criteria, and competitive pricing. Illustrative-task quality is an important part of evaluation (technical scoring).

Co-funding requirement

Co-funding:No co-funding from applicants is requested because this is a procurement for services (contractor is paid under the contract). Costs of proposal preparation are not reimbursed. All implementation costs must be covered by contractor pricing (no separate grant match required).

Eligibility, exclusion and selection highlights

Eligibility:open to operators with access to procurement under EU rules, including entities from GPA parties and eligible third countries if covered by LIFE/equivalent rules. Exclusion: entities in exclusion situations per Article 138 Financial Regulation (fraud, corruption, bankruptcy, grave professional misconduct, breaches of social or labour law where applicable) are excluded. Selection: economic and financial capacity minima (average turnover thresholds per lot), technical capacity requirements (project references, team CVs, language skills, country coverage). Specific documents and declarations required (Declaration on Honour; financial statements; CVs; evidence of references).

Selection, technical and administrative requirements (detailed)

Administrative and legal requirements:registration in Participant Register (PIC), eSubmission capability, legal capacity proofs (trade register or equivalent) and signed declarations. Exclusion checks based on Declaration on Honour and EDES. Financial criteria: consolidated or combined average annual turnover thresholds for last two years: Lot 1 minimum average yearly turnover above €1 250 000; Lot 2 minimum average yearly turnover above €375 000 (consolidated assessment across involved entities allowed). Evidence: profit & loss accounts and balance sheets for last two closed years (or bank statements).

Technical criteria and minimum requirements:demonstrable track record and references. Lot 1 illustrative selection examples: at least 5 completed projects in last five years (min value €100 000 each) covering legal aspects of clean air acquis, emission inventories & projections, modelling, health and ecosystem impact assessments, mitigation measures analysis; language and country coverage (capacity to operate in at least 7 EU countries and ability to draft reports in English). Required team profiles include Project Manager (≥10 years), senior experts with long experience in relevant scientific and policy domains, multi-lingual data collection teams. Lot 2 illustrative selection examples: relevant project references addressing noise mapping, action plan assessment, CNOSSOS methods, health impact evaluation, feasibility studies; team including project manager, senior noise experts, modelers and GIS analysts; minimum references and country coverage specified in tender documents.

Award criteria and templates

Award basis:Best price-quality ratio. Technical quality (methodology, staff qualifications, illustrative task responses, quality assurance) and price are weighted according to award criteria set in the tender specifications (consult Annex I of tender documents for full score breakdown). Illustrative task bids (technical proposals) are mandatory and assessed; recommended length ~10 pages per illustrative task plus annexes (CVs, Gantt, resource planning). Financial tender to be submitted using the provided Financial Tender Form (Annex 6). Bids must include: administrative information form (Annex 10), list of identified subcontractors (Annex 4) where applicable, commitment letters for relied-on capacities (Annex 5.2) or identified subcontractors (Annex 5.1), Declaration on Honour (Annex 2) and any other documents listed in Annex 1.

  1. 1Follow the exact structure requested in the tender: administrative, technical (illustrative tasks, methodology, team CVs, quality assurance) and financial sections.
  2. 2Provide the required signed Declaration on Honour and power of attorney (if joint tender) using Annex templates.
  3. 3If relying on external capacities, include signed commitment letters and identify any subcontractors whose share is above 20% or who fulfil selection criteria.
  4. 4Use the Financial Tender Form (Annex 6) and travel & subsistence rules (Annex 7).

Templates and application form structure (what to prepare)

The procurement provides annex templates and a clear list of required documents. Applicants should prepare: Administrative Information Form (Annex 10); Declaration on Honour (Annex 2); Agreement/Power of Attorney for joint tenders (Annex 3); List of identified subcontractors (Annex 4); Commitment letters (Annex 5.1 for subcontractors, Annex 5.2 for relied-on entities); the Financial Tender Form (Annex 6); travel and subsistence cost table (Annex 7); method of ordering services and model service request templates (Annexes 8 and 9); the required illustrative task responses and CVs. Final deliverables design guidance is in Annex 11. Tenderers must ensure uploaded files comply with eSubmission system file types and size limits.

Application form outline (recommended structure):1. Administrative package: Annex 10, Annex 2, PIC(s), legal registration, financial statements (last two years), proof of authorisation to sign, Annex 3 (if joint), Annex 4 and Annex 5(s) if applicable. 2. Technical package: Methodology summary, illustrative task responses (as requested per lot), team composition and CVs (project manager, senior experts), QA/QC procedures, past project references (with client statements). 3. Financial package: Annex 6 completed, pricing schedule (Appendix 1 of special conditions), travel & subsistence Annex 7. 4. Optional annexes: evidence of standards, publications, datasets, software licences, MoUs, or additional methodological attachments.

Selection and evaluation details critical for applicants

Key evaluation points applicants must address in detail:demonstrable experience on relevant EU legislation and reporting (AAQD, NECD, END), capacity to analyse and review Member State submissions, robust methodologies for modelling and geo-spatial analysis, multi-disciplinary team with strong project management, quality assurance processes (editing, proofreading, data QA), data handling and confidentiality procedures, handling of personal data (compliance with Regulation EU 2018/1725), capacity to deliver in required languages and to travel/participate in meetings in Brussels when required. Provide examples of previous deliverables, client references and evidence that past work has been accepted by public authorities. Demonstrate availability of staff and ability to scale up through subcontractors or partner organisations.

Reporting, deliverable and data rules

All deliverables must be in English (unless specified otherwise). Deliverables include draft and final reports, datasets in electronic format, presentations, workshop organisation and minutes. Reports should comply with the European Commission English Style Guide and Annex 11 on content, structure and graphic requirements. Data must be shared in common interoperable formats; specific requests will set formats and metadata needs. Confidential handling: contractor must follow confidentiality, data protection and security requirements set out in the draft contract (Special Conditions and Appendix on security). Any personal data processing must follow Regulation (EU)2018/1725 and the contractual data protection clauses.

Public procurement practicalities and eSubmission

Submissions only via the eSubmission system accessible from the EU Funding & Tenders Portal. Tenderers should register early and secure PIC codes; ensure EU Login and two-factor authentication (required from 30 June 2026) are configured. System limitations: file size cutoff and allowed file types must be respected (system guidance available on Portal). Draft contract documents and tender specifications (including Annexes and draft contracts for Lot 1 and Lot 2) are published in English; tenderers may submit tenders in any official EU language. Tenderers may attend the virtual public opening (max two reps per tender) by requesting access at env-tenders@ec.europa.eu a few hours before opening.

Risks, confidentiality and ethics

Contracting authority reserves the right to cancel the procurement prior to signature, and to reject tenders that do not meet exclusion/selection rules. Contractors must follow strict confidentiality rules and, where access to Commission premises or IT assets is required, the contractor’s personnel may require security screening and signing of ethics reminders. The contract contains security and incident notification clauses; contractor bears costs for any required security checks. Fraud, irregularities and conflicts of interest are grounds for exclusion and contract termination.

  1. 1Ensure compliance with exclusion and selection criteria and be prepared to provide supporting evidence on short notice.
  2. 2Plan staff availability and back-up experts to respond to short-notice specific contract requests.
  3. 3Prepare detailed illustrative task bids per lot to showcase methodology, team and QA process (recommended 10 pages each).
  4. 4Prepare Annex templates and legal documents (Declaration on Honour, power of attorney for joint tenders, commitment letters for subcontractors or relied-on entities).
Key datesDetails
TED publication28/04/2026
Deadline for tenders11/06/2026 16:00 Europe/Brussels
Virtual opening12/06/2026 10:30 Europe/Brussels
Q&A cut-off03/06/2026 23:59 Europe/Brussels

Where to find documents and support:All procurement documents (Invitation letter, Tender specifications, Draft contract Lot 1 and Lot 2) are published on the EU Funding & Tenders Portal opportunity page for EC-ENV/2026/OP/0013. Technical and system guidance for eSubmission is available on the Portal and in the eSubmission Quick Guide. Contact addresses: env-air-contracts@ec.europa.eu for technical contract queries; env-tenders@ec.europa.eu for submission/opening attendance questions; ENV-PROC-INITIATION@ec.europa.eu for procurement administrative matters.

Summary: what is this opportunity about and how to explain it

This procurement establishes framework contract(s) to provide the European Commission DG ENV with sustained, high-quality external expertise and services to support evaluation, implementation, enforcement and future development of EU air quality, air emissions and environmental noise policies in the context of the Zero Pollution Action Plan and related legislation. Two independent lots cover air (Lot 1) and noise (Lot 2). The framework(s) are multi-year (up to 4 years) and allow multiple framework partners per lot. The contractor(s) will be called through re-opening of competition to perform specific contracts addressing tasks such as data collection and QA, geo-spatial and statistical analysis, modelling, review of Member State submissions (emission projections, NAPCPs and PaMs), assessments of monitoring networks and roadmaps, feasibility and impact studies for noise policy revision, capacity building and stakeholder engagement. Successful applicants need strong technical track records, multidisciplinary teams (modellers, health/ecosystem impact experts, economists, GIS and data analysts, legal/policy expertise), capacity to operate across EU Member States and provide deliverables in English, and must meet the administrative, financial and legal selection criteria set out in the tender documents. Applications are submitted electronically via the EU eSubmission system and evaluation combines administrative checks, exclusion/selection checks and a best price-quality award. The procurement documents include detailed tender specifications, annexes and draft framework contract terms; bidders must use the provided templates and respond to illustrative tasks that form an important part of the technical evaluation.

Footnotes

  1. 1Tender documents, draft contracts and annexes are provided on the EU Funding & Tenders Portal opportunity page for EC-ENV/2026/OP/0013. System and submission guidance is available in the eSubmission quick guide on the Portal.

Short Summary

Impact

Provide timely, high-quality technical and policy support to the European Commission to evaluate, implement and further develop EU air quality, air pollutant emissions and environmental noise policies, thereby contributing to reduced pollution and improved human health and ecosystems.

Applicant

Multidisciplinary organisations able to deliver air quality and emissions modelling, emission inventories and projections, monitoring network assessment, health and ecosystem impact assessment, socio-economic analysis, noise mapping and CNOSSOS expertise, GIS/data analysis, stakeholder engagement, and strong project management and multilingual reporting capacities.

Developments

Activities will fund work on air quality and air pollutant emissions (data collection, integrated modelling, emission projections, review of national air pollution control programmes and monitoring networks) and noise (strategic noise mapping, assessment of noise action plans, feasibility and impact studies for noise-reduction targets).

Applicant Type

Profit SMEs/startups, NGOs/non-profits, large corporations, researchers, and government organizations (eligible legal persons established under EU procurement rules).

Consortium

Consortia or joint tenders are permitted but not mandatory — single legal entities may apply; joint tenders require a signed Agreement/Power of Attorney and a lead contact.

Funding Amount

Indicative total framework value €6,500,000 (Lot 1:€5,000,000; Lot 2: €1,500,000) as ceilings for specific contracts over up to 48 months (no guaranteed minimum orders).

Countries

Primarily EU Member States (work across at least seven EU countries is required for Lot 1), with eligibility also open to entities from third countries covered by applicable EU procurement agreements (e.g., GPA) or eligible under LIFE rules; contracting authority is DG ENV in Brussels, Belgium.

Industry

Environment policy targeting air quality, air pollutant emissions and environmental noise under the EU Zero Pollution Action Plan (environment sector).

Additional Web Data

Funding Opportunity Overview

This is a European Commission procurement opportunity for a Framework Contract with reopening of competition to support the evaluation, implementation and further development of EU air quality, air emissions and noise policies. The contract is divided into two independent lots that can be bid on separately or together. The contracting authority is the European Commission, Directorate-General for Environment (DG ENV), specifically the Clean Air and Urban Policy Unit.

Opportunity Structure and Lots

The procurement is structured as a multiple framework contract with reopening of competition, meaning up to four contractors can be awarded per lot. Each lot will be assessed independently. Tenderers may submit bids for either or both lots.

Lot 1: Air Quality and Air Pollutant Emissions:Estimated value €5,000,000. Maximum duration 48 months. Services include analysis of air quality and air pollution, assessment of measures to curb air pollution, and support to EU clean air policy evaluation and development.

Lot 2: Noise:Estimated value €1,500,000. Maximum duration 48 months. Services include analysis of noise pollution, assessment of noise action plans, and support to EU noise policy evaluation and development.

Key Deadlines

  • Deadline for receipt of tenders: 11 June 2026 at 16:00 Brussels time
  • Last date for questions to contracting authority: 3 June 2026 at 23:59 Brussels time
  • Public opening of tenders: 12 June 2026 at 10:30 Brussels time
  • Tender validity period: minimum 90 days from submission

Funding Amounts and Contract Value

The total estimated value across both lots is €6,500,000. Lot 1 has an estimated value of €5,000,000 and Lot 2 has an estimated value of €1,500,000. These are indicative estimates only and there is no commitment to order the exact quantities. The actual volumes will depend on the quantities ordered through specific contracts, but the framework contract ceiling for each lot shall not be exceeded.

Contract Duration and Implementation

The framework contract will run for a maximum of 48 months from the date of entry into force. The contract is implemented through specific contracts awarded via reopening of competition, meaning for each service request, all framework contractors are invited to compete. The contracting authority is not obliged to place any orders under the framework contract.

Who Can Apply

This is an open procedure. Participation is open on equal terms to all natural and legal persons coming within the scope of the EU Treaties, as well as to international organisations. It is also open to natural and legal persons established in third countries provided they have a special agreement with the EU in the field of public procurement, or have ratified the WTO Agreement on Government Procurement, or are eligible under the LIFE programme.

Eligibility Requirements

Tenderers must ensure that no involved entities nor any subcontractors are subject to EU restrictive measures. Tenderers must be registered in the Participant Register and obtain a Participant Identification Code (PIC). Tenders must be submitted exclusively via the electronic submission system (eSubmission) available on the EU Funding and Tenders Portal.

Selection Criteria - Lot 1 (Air Quality)

Economic and Financial Capacity:Average yearly turnover of the last two financial years must be above €1,250,000. Evidence required: profit and loss accounts and balance sheets for the last two years with accounts closed within the last 18 months, or appropriate bank statements.

Technical and Professional Capacity - Experience Requirements:Tenderers must provide references for at least 5 projects delivered in the last five years with minimum value of €100,000 each, covering all required fields: legal requirements of clean air acquis, air pollution and air quality modelling, monitoring and assessment of air pollution, impacts on health and ecosystems, air pollution abatement techniques, and source-based emission control legislation.

Language Capacity:Tenderers must prove capacity to work in 10 EU official languages including at least English, German, French, Italian, Spanish and Polish. Evidence: references for at least 2 projects showing necessary language coverage. Tenderers must also prove capacity to draft reports in English with evidence of one document of at least 10 pages delivered in the last two years.

Geographical Scope:Tenderers must prove capacity to work with at least 7 EU countries, including minimum 5 EU countries under one contract. Evidence: references for 3 projects delivered in the last five years covering the required geographical scope.

Team Requirements:Project Manager with at least 10 years experience in project management including overseeing delivery of projects of similar size (at least €400,000) and coverage (at least 5 countries), with experience managing teams of at least 10 people. At least 2 team members must have C1 level English proficiency. Senior experts required with 10 years professional experience or 7 years experience plus relevant higher education degree in fields such as EU ambient air quality legislation, air pollution and emissions, integrated assessment modelling, atmospheric chemistry and transport modelling, health impact assessment, ecosystem impact assessment, economic valuation, emission inventories and projections, energy modelling, transport modelling, environmental-economic modelling, or ecosystem impacts monitoring. Team of at least 4 people must collectively have knowledge of English, French, German, Italian, Spanish and Polish with 5 years proven experience in data collection techniques.

Selection Criteria - Lot 2 (Noise)

Economic and Financial Capacity:Average yearly turnover of the last two financial years must be above €375,000. Evidence required: profit and loss accounts and balance sheets for the last two years with accounts closed within the last 18 months, or appropriate bank statements.

Technical and professional capacity requirements for Lot 2 are specified in the tender specifications document but follow similar patterns to Lot 1, adapted to noise policy expertise rather than air quality.

Exclusion Criteria

Tenderers must not be in any exclusion situation as listed in Article 138(1) of the EU Financial Regulation. This includes situations related to criminal convictions, professional misconduct, breach of obligations, financial difficulties, and other specified grounds. Tenderers must submit a Declaration on Honour confirming non-exclusion. The contracting authority may request supporting evidence from the presumed successful tenderer before award.

Award Criteria and Evaluation

Tenders will be evaluated and awarded on the basis of the best price-quality ratio. The evaluation will include verification of administrative compliance, non-exclusion of tenderers, selection criteria compliance, and evaluation of tenders against award criteria specified in the tender specifications. Tenderers must address illustrative tasks provided in the tender specifications as part of their bid.

Illustrative Tasks

For evaluation purposes, tenderers must address illustrative tasks for the relevant lot. These are fictitious specific requests designed to allow the contracting authority to assess whether tenderers can develop convincing methodologies, appropriate teams and suitable quality control measures. Bids for illustrative tasks should be approximately 10 pages of technical content plus possible annexes. These tasks do not represent a commitment by the contracting authority to place orders for the services and quantities indicated.

Lot 1 Illustrative Tasks:Task 1-1 involves systematic assessment of air quality monitoring networks and roadmaps to reduce air pollutant concentrations under the revised Ambient Air Quality Directive, with 9 months indicative duration. Task 1-2 involves support to assessment of 2027 submission of air pollutant emission projections and national air pollution control programmes, with 24 months indicative duration.

Lot 2 Illustrative Tasks:Task 2-1 involves assessment of noise action plans with 24 months indicative duration. Task 2-2 involves a feasibility study on introducing noise reduction targets with 12 months indicative duration.

Submission Requirements

  • Tenders must be submitted exclusively via eSubmission electronic system
  • Tenders must be drawn up in one of the official EU languages
  • All required documents must be submitted with the tender at time of submission
  • Tenders must be signed by duly authorised representative(s)
  • Maximum one tender per lot per tenderer; if multiple tenders submitted, only the latest will be considered
  • Tenderers may submit for any lot or both lots
  • Joint tenders are permitted with joint and several liability
  • Subcontracting is permitted with prior identification of subcontractors above 20 percent of contract value or on whose capacity tenderer relies

Payment Arrangements

Payment schedule varies by contract value. For contracts below €60,000 there will be one final payment. For contracts between €60,000 and €400,000, there will be 40 percent interim payment and final payment of balance. For contracts above €400,000 or with duration more than 18 months, there will be 30 percent first interim payment, 30 percent second interim payment, and final payment of balance. The contracting authority must approve submitted documents and pay within 60 days from receipt of invoice. Pre-financing is not applicable.

Intellectual Property Rights

The Union acquires irrevocably worldwide ownership of the results and all intellectual property rights on newly created materials produced specifically for the Union under the framework contract. Pre-existing rights are licensed to the Union on a royalty-free, non-exclusive and irrevocable basis for all modes of exploitation. The contractor must provide a list of all pre-existing rights together with the invoice for payment of the balance, or a declaration that there are no pre-existing rights.

Key Obligations and Conditions

  • Contractor must provide services of high quality standards in accordance with state of the art and provisions of the framework contract
  • Timely delivery of services is essential
  • Contractor must comply with minimum requirements in tender specifications
  • Contractor must comply with applicable environmental, social and labour law and data protection obligations
  • Contractor must obtain any required permits or licences
  • Contractor must not present itself as representative of the contracting authority
  • Contractor is responsible for personnel and exercises authority without interference by contracting authority
  • Contractor must ensure personnel possess required professional qualifications and experience
  • Contractor must record and report any problems affecting ability to provide services
  • Contractor must immediately inform contracting authority of any changes in exclusion situations
  • Contractor must comply with security requirements and confidentiality obligations
  • Contractor must process personal data in accordance with EU data protection regulations
  • Contractor remains liable for subcontractors and must ensure subcontracts do not affect contracting authority rights

Liability and Insurance

The contractor performs the contract at its own risk and warrants and holds the contracting authority harmless against any action or claim brought by a third party for any damage or loss suffered in relation to implementation of the framework contract. The contractor is liable for any loss or damage caused to the contracting authority during or as a consequence of implementation, resulting from a breach attributable to the contractor, up to an amount not exceeding three times the total amount of the relevant specific contract. However, if damage is caused by gross negligence or wilful misconduct, or if injury has been caused to life or physical integrity of a person, or in case of breach of intellectual property rights, the contractor is liable for the whole amount of damage or loss. If required by applicable legislation, the contractor must take out insurance policy against risks and damage or loss relating to implementation of the framework contract.

Termination Provisions

Either party may terminate the framework contract and/or specific contracts for convenience by sending formal notification with three months written notice. Neither party is entitled to compensation in case of termination for convenience. The contractor is entitled to payment only for services provided before termination takes effect. The contracting authority may also terminate the framework contract or specific contracts for cause, including if the contractor fails to implement the framework contract in accordance with tender specifications, is in an exclusion situation, is in a conflict of interest, or breaches data protection obligations.

Applicable Law and Dispute Resolution

The framework contract is governed by Union law, complemented where necessary by the law of Belgium. The application of the United Nations Convention on Contracts for the International Sales of Goods (CISG) is excluded. The courts of Brussels have exclusive jurisdiction over any dispute regarding the validity, interpretation, performance or termination of the framework contract or a specific contract.

Security and Confidentiality Requirements

When performing tasks for the contracting authority, the contractor and its personnel must comply with the contracting authority's applicable security requirements, including Commission Decision (EU, Euratom) 2015/443 on Security in the Commission and Regulation (EU, Euratom) 2023/2841 on cybersecurity. The contractor must treat with confidentiality any information or documents disclosed in relation to implementation of the framework contract. The contractor must not use confidential information for any purpose other than to perform its obligations without prior written agreement of the contracting authority. The contractor must ensure protection of confidential information with the same level of protection as its own confidential information and in any case with due diligence.

How to Apply

  1. 1Register in the Participant Register and obtain a Participant Identification Code (PIC) if not already registered
  2. 2Access the EU Funding and Tenders Portal at EU Funding and Tenders Portal
  3. 3Subscribe to the call for tenders to receive notifications of updates
  4. 4Download all procurement documents including tender specifications and draft contracts
  5. 5Prepare tender including all required documents: Declaration on Honour, legal capacity proof, economic and financial capacity evidence, technical and professional capacity evidence, team CVs, references, illustrative task responses, financial tender form, administrative information form
  6. 6For joint tenders, prepare Agreement/Power of Attorney signed by all group members
  7. 7For identified subcontractors, obtain commitment letters
  8. 8Submit tender exclusively via eSubmission system before deadline of 11 June 2026 at 16:00 Brussels time
  9. 9Ensure all documents are properly signed and in required format

Contact Information

For technical issues:European Commission, Directorate-General Environment, Directorate C - Zero Pollution, Water Resilience and Green Urban Transition, Unit ENV.C.3 - Clean Air and Urban Policy, B-1049 Brussels, Email: env-air-contracts@ec.europa.eu. For administrative issues: European Commission, Directorate-General Environment, Directorate A - General Affairs, Knowledge and Resources, Unit ENV.A.4 - Finance, Audit and Budget, B-1049 Brussels, Email: ENV-PROC-INITIATION@ec.europa.eu. Questions must be submitted through the Questions and Answers section of the F&T Portal by 3 June 2026 at 23:59 Brussels time.

Important Notes for Applicants

  • This is a framework contract with reopening of competition, not a direct award of services
  • Signature of the framework contract does not oblige the contracting authority to enter into specific contracts
  • Estimated values are indicative only; actual volumes depend on quantities ordered through specific contracts
  • Variants or alternatives to the model solution are not allowed
  • All costs incurred for preparation and submission of tenders are borne by tenderers and will not be reimbursed
  • The contracting authority is not bound to reply to questions submitted less than six working days before the deadline
  • Tenderers must ensure their submitted tenders contain all required information and documents at time of submission
  • After submission but before deadline, tenderers may withdraw or replace their tender
  • Only the latest tender will be considered if multiple tenders are submitted per lot
  • Tenderers must ensure no involved entities are subject to EU restrictive measures
  • As of 30 June 2026, two-factor authentication will be required for EU Login accounts
  • The contracting authority may request supporting documents on exclusion and selection criteria at any time during the procedure
  • Failure to provide valid documentary evidence within deadlines set by contracting authority may result in tender rejection

Footnotes

  1. 1The illustrative tasks are provided as examples of services that could be requested under the framework contract and are designed to allow fair, non-discriminatory comparison of tenders. They do not represent a commitment by the contracting authority to place orders for the services and quantities indicated and give rise to no expectation or legitimate right on the part of the contractor.

Update Log

No updates recorded yet.

Documents

Document filePDF 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 ↑

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

Scientific socio-economic analysis and advice on discrimination based on racial or ethnic origin, age, and being LGBTIQ+

TenderOpen

The European Commission DG JUST (tender ref. EC-JUST/2026/OP/0003) is procuring scientific socio-economic analysis and evidence-based advice on discrimination based on racial or ethnic origin (including Roma), age and being LGBTIQ+, incl...

May 18th, 2026

Continuous skills development (CSD): research and policy evidence

TenderOpen

CEDEFOP is tendering a single-award framework service contract (CEDEFOP/2026/OP/0004) to provide research, quantitative and qualitative data collection and stakeholder engagement supporting continuing skills development. The framework is...

May 27th, 2026

EMAS and environmental consultancy

TenderOpen

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...

May 19th, 2026

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

TenderOpen

European Commission DG MOVE (Unit E.PRB) invites open tenders for a single framework service contract (EC-MOVE/2026/OP/0005, TED 81/2026 287632-2026) to provide independent expert analytical support to the Performance Review Board and it...

June 1st, 2026

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

Legal Advice and Support in several areas of [Lot 1: German and EU Law] [Lot 2: Tax Law and Fiscal Advice]

TenderOpen

Open tender EASA/2026/OP/0004 led by EASA on behalf of EIOPA and AMLA to award framework contracts for legal services in two lots: Lot 1 (German and EU law) and Lot 2 (tax and fiscal advice). The estimated total ceiling is EUR 800,000 (L...

May 27th, 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

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

Call for Expressions of Interest

TenderOpen

The EU grant opportunity is a Call for Expressions of Interest (CEI) aimed at establishing a roster of external experts to assist the European Commission with its communication activities. Published in the Official Journal of the Europea...

July 14th, 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

Laos-EU Cooperation Facility

TenderOpen

Restricted tender EC-INTPA/VTE/2026/EA-RP/0051 for a fee-based service contract (Laos-EU Cooperation Facility) to support implementation of EU-funded programmes in Lao PDR, estimated value EUR 2,000,000 excluding VAT and maximum duration...

May 7th, 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 | Subsdy