Provision of e-learning content

Overview

The European Union Intellectual Property Office (EUIPO) has published an open procedure tender (EUIPO/2026/OP/0009) to award up to three framework contracts for the end-to-end design, development and deployment of custom e-learning content, explicitly excluding brokerage or off‑the‑shelf catalogues. The estimated total framework ceiling is €700,000 across up to 48 months (initial 12 months renewable up to three times) and specific contracts will be issued by Request for Offer in cascade. Eligibility is open to natural and legal persons within the scope of the Treaties and relevant third‑country agreements, submissions must be made electronically via the EU Funding & Tenders Portal (EU Login/PIC required), and minimum selection requirements include turnover and documented e‑learning experience. Award is by best price‑quality ratio (quality 70%, price 30%) with technical thresholds and an SLA including KPIs and penalties; tender deadline is 18 May 2026 13:00 Europe/Madrid.

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

Scope

EUIPO is procuring end-to-end design and development of bespoke e-learning content:instructional design, storyboards, development of digital assets (quick guides, infographics, simulations, videos, quizzes), and optional deployment into EUIPO’s LMS. This framework is not for off-the-shelf catalogues or brokerage of existing courses.

Estimated value:Approximately €700,000 total ceiling for the framework (spread across up to 48 months) 1.

Who can apply

Open procedure for economic operators established in the scope of the EU Treaties (sole tenderers or consortia). Subcontracting is permitted but identified subcontractors above 20% must be declared. EU Login/Participant Register (PIC) is required for submission.

Eligibility highlights

  1. 1Providers of e-learning services and digital learning production (instructional design, multimedia, LMS deployment).
  2. 2Tenderers must demonstrate technical capacity: past similar projects, qualified staff (instructional designers, SMEs, graphic designers, e-learning developers) and minimum turnover requirements as set in the tender documents.
  3. 3Joint tenders accepted; all members subject to exclusion and selection checks.

How to apply

Electronic submission only via the EU Funding & Tenders Portal eSubmission (EU Login required). All tender documents, templates and the draft framework contract are published on the call page.

Key dates:Deadline for tenders: 18 May 2026 at 13:00 (Europe/Madrid). Public opening: 19 May 2026 at 11:00 (Europe/Madrid). Clarification cut-off: 8 May 2026. Subscribe and download documents from the portal F&T call page. 1

Award and contracting

Framework agreement (multiple-award, cascade) with up to three contractors. Award method:best price-quality ratio (quality weighting 70%, price weighting 30%). Specific contracts will be issued under the framework by Request for Offer (RfO) and evaluated as described in the tender documents.

  1. 1Framework duration: initial 12 months, tacitly renewable up to 3 times (max 48 months).
  2. 2Maximum of 3 framework contractors; cascade ordering (first ranked offered RfOs first).
  3. 3Service Level Agreement and KPIs apply; penalties and liquidated damages provisions are included.
What you must submitWhere to find it
Technical proposal (case study, methodology, team CVs)Annex IV — Technical proposal (Tender docs on portal)
Financial proposal (price list template)Annex IV — Financial proposal template (Tender docs on portal)
Standard Submission Form and supporting certificatesAnnex IV — Standard Submission Form (Tender docs on portal)

Tenderers must read all procurement documents and draft contract annexes on the Funding & Tenders Portal and follow eSubmission system requirements. Non-compliant or late bids will be rejected.

Footnotes

  1. 1The estimated total value (framework ceiling) is €700 000 as published in the TED and on the Funding & Tenders Portal. See the procurement call page for the tender specifications and financial templates F&T call page.

Find a Consultant to Support You

Breakdown

Opportunity summary:The European Union Intellectual Property Office (EUIPO) is launching an open procedure to award up to three multiple framework contracts (FWCs) in cascade for the end-to-end design, development and update of custom e-learning content. The procurement covers instructional design, subject-matter expert (SME) work, storyboarding, production of assets (job aids, presentations, interactive slides, infographics, simulations, branching scenarios, video types, quizzes, assignments, gamification), optional multilingual integration, voice-over and LMS deployment. This FWC is not for brokerage of existing training courses or for off-the-shelf catalogues. Estimated total value: €700,000. Framework maximum duration: 48 months (initial 12 months renewable up to 3 times). Award method: best price-quality ratio. Main CPV: 80420000 E-learning services.

Key dates:TED publication date: 03/04/2026. Deadline for receipt of tenders: 18/05/2026 at 13:00 Europe/Madrid. Public opening: 19/05/2026 at 11:00 Europe/Madrid. Contracting authority is not bound to reply to questions submitted after 08/05/2026 23:59 Europe/Madrid.

Where and how to apply:Submissions must be made exclusively electronically through the EU Funding & Tenders eSubmission system (EU Login required). Documents and procurement package are published on the Funding & Tenders Portal opportunity page and all tender documents, annexes and templates must be completed and uploaded into eSubmission in the required folders. See the Tender Documents link on the Opportunity page for Invitation to Tender, Annexes I–V and templates.

What the contracting authority wants

Scope and purpose:end-to-end creation of custom e-learning deliverables for EUIPO internal and external learning needs. Work includes analysis and instructional design (a1–a3), SME raw material provision (b), development of course assets c) to q) (job aids, slides, interactive slides, infographics, interactive infographics, software simulations, branching scenarios, live-action/animated/explainer/video demonstrations, quizzes, assignments, gamification), optional multilingual options, professional voice-over and deployment into the EUIPO LMS (Moodle). Deliverables must meet accessibility (WCAG 2.1 minimum), EUIPO style, diversity & inclusion checklist and technical interoperability standards (SCORM 1.2/2004, xAPI, HTML5 as requested). AI tools may be used only as supporting tools in video production; conceptualisation, scripting and validation must be human-led. Quality and SLA metrics are defined in Annex V.

Volume and contract form:Estimated Framework Contract ceiling €700,000 split across four forecast years (Year1 €162,410; Year2 €170,530; Year3 €179,051; Year4 €188,009). The FWC will be awarded as a multiple framework contract in cascade to up to 3 contractors (without reopening of competition). Specific contracts / purchase orders will be issued against the FWC by tendering in cascade (RfO to first-ranked contractor; if decline or non-compliant, RfO goes to next ranked contractor).

Types of deliverables (examples):Instructional design approach; SME raw material collection; content outlines and detailed storyboards; job aids; presentations and interactive slides; infographics and interactive infographics; software simulations; branching scenarios; live-action, animated, explainer and demonstration videos (3–5 minutes); quizzes and automated or human‑graded assignments; gamified SCORM; multilingual integration and voice-over; deployment in the EUIPO LMS and delivery of documentation and source files for maintenance.

Procurement model, award and evaluation

Procedure type:Open procedure. Submission method: electronic only via eSubmission. Award method: best price-quality ratio. Quality weighting 70% and price weighting 30%. A maximum of three FWCs will be signed and ranked to create a cascade list. Frameworks are concluded for an initial one-year period renewable up to three times (total maximum 48 months). The Office reserves the right to procure up to 50% of the initial Framework ceiling within 3 years using a negotiated repeat procedure under financial regulation rules as set out in the Invitation to Tender.

  1. 1Evaluation structure and award criteria: Technical award criteria (100 points total): 1) Pedagogy and project management (50 points) — requires instructional design case study and project management plan and storyboards; 2) Proposal to meet technical requirements (30 points) — responses to specific REQ items in Annex II (e.g. interoperability, accessibility, authoring tools, AI usage, LMS-agnostic packaging); 3) Feedback and quality management (20 points) — situational responses to quality issues and user feedback. Minimum threshold per technical criterion is set (25/15/10 respectively). Technical scoring uses a 0/20/40/60/80/100 scale for subcriteria and the best technical proposal receives 100 indicator points.
  2. 2Price evaluation: Contractors submit a detailed financial offer using the Annex IV Financial Proposal template (prices per asset / unit and deployment). Lowest price receives 100 points; others proportionally scored. Tenders with missing or ambiguous price elements may be excluded. Abnormally low tenders will be assessed and may be rejected.
  3. 3Final ranking and award: Final score = (Price indicator x 30%) + (Quality indicator x 70%). The first three ranked tenderers who meet minimum thresholds and are not excluded will be awarded FWCs (cascade list order determines RfO routing).

Eligibility, selection and exclusion

Participation is open to natural and legal persons established in the EU and in third countries where the agreement applies, consistent with the procurement notice. Tenderers may submit sole offers or joint tenders. Subcontracting is permitted but identified subcontractors with a share over 20% or whose capacities are relied upon in selection must be declared and provide commitment letters. The exclusion and selection criteria are contained in Annex I and tenderers must submit the Declaration on Honour and the evidence requested. For FWCs and specific contracts, the Office will verify exclusion and selection compliance and may request supporting documents during evaluation or prior to award. A preliminary tender guarantee is not applicable.

  1. 1Exclusion: as per Article 136 and 138 of the EU Financial Regulation and Declaration on Honour (criminal conviction records, tax/social security payment certificates as applicable).
  2. 2Selection / economic and financial capacity: minimum combined turnover for the last 3 years above €200,000, including at least €120,000 in the area covered by the contract (evidence: profit & loss accounts or bank statements, invoices/contracts proving sector-specific turnover).
  3. 3Selection / technical and professional capacity: At least three similar completed contracts over the past 3 years (min €30,000 each) demonstrating instructional design and e-learning development experience (see Annex II elements a1/a2/a3 and c–q). At least two projects showing onboarding and management of SMEs (in-house or third-party SMEs). Evidence must be provided via the Appendix to Annex I project template and statements. Proof of staff availability: minimum pool of resources with at least one senior instructional designer and senior graphic designer, two junior instructional designers, two junior graphic designers and e‑learning developers, and managerial profiles (contract manager and project manager).
  4. 4Legal and regulatory capacity: registration in a professional or trade register and compliance with restrictive measures (sanctions lists).
  5. 5Professional conflicts of interest: tenderers must declare any situations that could create professional conflicting interests during implementation; EUIPO will check and may reject tenders if conflicts cannot be remedied.

Contract implementation and management

Ordering and contracting model:The FWC is implemented using a cascade. For each RfO, the Office sends the request to the first‑ranked FWC holder; the Contractor must acknowledge receipt within 1 working day and indicate within the RfO timeline (default 15 working days) whether it will submit an offer. If unacceptable or unavailable, the Office sends the RfO to the next ranked Contractor in the cascade. Specific Contracts will normally be fixed-price orders. The Contractor must provide a contract manager (single point of contact) and project manager(s); both must have minimum experience (3 years in similar contracts in the last 5 years) and English language competency (C1 for contract manager, C1/C2 for senior technical roles as specified).

Reporting and meetings:quarterly report within 10 working days after quarter end; quarterly contract-management meetings organised by the Contractor; ad-hoc reports within 5 business days when requested. Deliverables and acceptance: the Specific Contract acceptance process is set out in Annex II and the draft Contract; testing and acceptance criteria, including maximum two submissions for correction, are specified. Documentation and handover on completion are required. Quality assurance, continuous improvement and SLA monitoring will be in effect; Annex V describes KPIs and liquidated damages mechanism (penalty cap: 10% of SC value).

DocumentWhere to find it / key requirement
Invitation to TenderPublished on the Funding & Tenders Portal; contains procurement package summary and key rules
Annex I - Tender SpecificationsSelection, award, contractual clauses, FWC governance; contains economic, technical and legal selection criteria
Annex II - Technical SpecificationsDetailed deliverables, technical team profiles, REQ-1 to REQ-19 requirements, description of assets c) to q)
Annex IV - Standard Submission FormAdministrative forms, declarations, legal entity & financial identification, subcontracting forms and technical and financial proposal templates
Annex V - Service Level AgreementSLA definitions, KPI calculation, penalties and escalation
Appendices (Annex II.1/II.2/II.3/II.4)Quality checklist, style guide, diversity & inclusivity checklist and questionnaire examples

Tender submission technical details

Format and portals:All submissions must be made electronically via the eSubmission module of the EU Funding & Tenders Portal (EU Login and PIC required). The eSubmission system requirements must be followed (supported browsers, file types and attachment size limits — eSubmission supports attachments up to 50 MB each and up to 200 files per tender). All signed documents must be signed by hand and scanned or signed electronically (preferably QES). The Standard Submission Form (Annex IV) details the folder structure in eSubmission: separate folders for legal/administrative documents, exclusion and selection evidence, technical proposal, financial proposal and other attachments.

Contractual, legal and data protection

Legal and contractual framework:The draft Framework Contract (Annex III) and the Office General Terms & Conditions (GTC) apply. The Office is established under EU legislation and benefits from Protocol privileges including VAT exemption; prices must therefore be offered excluding VAT. The applicable financial rules are those referenced in the procurement documents and in Annex III. The Office’s data protection policies apply and are set out in the privacy notice. Where the Contractor processes personal data on behalf of the Office, the Contractor must comply with Regulation (EU) 2018/1725 and implement contractual and technical measures as required (see Article II.12 in the GTC).

Intellectual property and results ownership:For service contracts, the Office acquires full ownership of results created specifically for the Office under the Contract and acquires intellectual property rights as described in the GTC (Article II.29). Pre-existing materials must be declared, listed and licensed to the Office on a royalty-free, non-exclusive, irrevocable basis unless otherwise specified; the Contractor must provide documentation of rights and any authorisations for use when the final deliverables are delivered and at latest with the invoice for balance payment.

SLA, penalties and performance

Service Level Agreement:Annex V sets SLA definitions and KPIs including categories such as schedule adherence, scope, quality, and contract management. The KPI formula uses the five most recent deliverables or reports and distinguishes minimum acceptable level and excellent level. Consequences for failure to meet KPIs include liquidated damages, monetary penalties (e.g. €500 per late quarterly report), reductions in price and potential contract suspension or termination. The maximum penalty on a specific contract is capped at 10% of the specific contract value. After the first five deliverables/reports, if any KPI falls below 50% this may be considered a failure to meet contractual obligations potentially leading to specified remedies up to contract termination.

Templates, annexes and submission checklist

  1. 1Mandatory uploaded documents: signed Annex IV Standard Submission Form (SSF) including Declaration on Honour on Exclusion and Selection Criteria; Legal Entity and Financial Identification Form; proof of registration in a trade or professional register; evidence for economic and financial capacity (profit and loss accounts, bank statements); evidence for technical capacity (Appendix to Annex I project tables for three similar contracts and two SME-onboarding examples, personnel statements and CVs); subcontractor forms (if applicable).
  2. 2Technical proposal structure: follow Annex IV Technical Proposal instructions: include Instructional design case study (pedagogy and project management), responses to REQ items (Annex II §3.3), quality management situational responses and required appendices such as team CVs and sample storyboards.
  3. 3Financial proposal: fill in the Annex IV Financial Offer template (unit prices per asset type, multilingual and voice-over options, SME rates and hypothetical scenario cost columns). All prices should be in EUR and exclude VAT.

Procurement documentation list (published)

The procurement document set available on the Funding & Tenders Portal includes:Invitation to Tender; Annex I Tender Specifications; Appendix to Annex I (experience template); Annex II Technical Specifications (including Appendixes II.1–II.4); Annex III Draft FWC and model Specific Contract/Purchase Order; Annex IV Standard Submission Form, Technical Proposal and Financial Proposal templates (Word/Excel); Annex V Service Level Agreement; Guidebook for tenderers; eSubmission and system requirement documents. All are published in English on the opportunity page.

Contact for queries:All questions must be submitted via the Funding & Tenders Portal Questions & Answers section (EU Login required) before the deadline specified in the ITT (Contracting authority is not bound to reply to questions submitted after 08/05/2026). Replies and any clarifications will be published on the same portal. For eSubmission technical support contact the eSubmission helpdesk: +32 229 71063 or EC-FUNDING-TENDER-SERVICE-DESK@ec.europa.eu / EC-EPROCUREMENT-SERVICE-DESK@ec.europa.eu.

Answers to structured extraction questions

Eligible Applicant Types

Eligible applicants (explicit and implied):legal and natural persons (firms and individuals) established in the scope of the EU Treaties and in third countries where relevant procurement agreements apply. Eligible types include: SMEs, large enterprises, startups, consultancies, specialised e-learning agencies, multimedia production companies, instructional design firms, universities and research institutes (acting as tenderers), non‑profits and NGOs where they can provide contracted services, subcontractors and consortia (joint tenders allowed). Public bodies may participate where permitted by procurement rules. Joint tenders are permitted and must provide a leader and written undertaking (Model A or B). Subcontractors above 20% or on whose capacity the tenderer relies must be identified and provide commitment letters. The tender explicitly expects both in-house and third‑party SMEs to be used in delivery when relevant.

Funding Type

This procurement uses public procurement contracts (service contracts) under a multiple framework agreement mechanism. The financial mechanism is a service contract procured by open tender leading to framework contracts and subsequent specific contracts/purchase orders. This is a procurement (purchase) not a grant, loan or equity instrument.

Consortium Requirement

Consortiums (joint tenders) are permitted but not required. Tenderers can bid as sole economic operators or as a group (joint tender). In a joint tender the group must designate a leader with full authority to represent the group; group members assume joint and several liability. The FWC allows subcontracting. Where the tenderer relies on third-party capacities for selection, a commitment letter is required. Tenderers may rely on combined capacity of consortium members for selection criteria.

Beneficiary Scope (Geographic Eligibility)

Geographic eligibility:bidders established in Member States of the European Union and in third countries covered by procurement rules and agreements (as stated in the procurement documents). The Contracting Authority is the EUIPO (based in Alicante, Spain) and the procurement follows EU procurement rules; evidence of legal registration and tax/VAT identification is required. The documents and submission process are in English but tenders can be submitted in any official EU language.

Target Sector

Sector focus:learning / training services and digital learning content provision. The thematic target sectors include education and training, ICT (elearning platforms, authoring tools, LMS deployment), knowledge dissemination for intellectual property topics (trade marks, designs, geographical indications, IP monetisation), multimedia production (videos, animations), instructional design and digital pedagogy, accessibility and inclusion, and content localisation (multilingual services).

Mentioned Countries

Explicit country mentioned:Spain (EUIPO seat in Alicante). Regionally the opportunity is EU-wide and open to organisations in EU Member States and third countries in scope of the Treaties and applicable procurement agreements. The procurement notice was published in TED (EU Public Procurement).

Project Stage

Expected project maturity:development, validation and deployment of e-learning modules. Activities cover instructional design (analysis to storyboard), development (production of assets), testing and deployment in an LMS, plus maintenance and updates. The Office expects ready-to-deploy course modules and assets; projects can be new builds or template-driven development and revamps.

Funding Amount

Estimated total Framework Contract value/ceiling:€700,000 (split across 4 forecast years with year-by-year estimates provided in Annex I: Year1 €162,410; Year2 €170,530; Year3 €179,051; Year4 €188,009). This is an estimate only and does not constitute a commitment to spend the full amount.

Application Type

Type of solicitation and proposal submission:Open call / open procedure. Applicants must submit an electronic tender through eSubmission in response to the published call and its annexes. Specific contract orders under the FWC will use Request for Offer (RfO) processes routed in cascade to ranked FWC holders. RfO responses follow a defined tendering timeframe (typically 15 working days) and the ordering contractor must acknowledge receipt within 1 working day.

Nature of Support

Nature of support:financial (procurement payments under the framework/specific contracts) and non-monetary: services delivered (instructional design, multimedia production, LMS deployment), documentation, reporting and intellectual property licensing and transfer arrangements to the Office. The Office pays contractors for delivered services according to agreed milestones and acceptance.

Application Stages

Application and award stages:1) Publish call and tender documents on Funding & Tenders Portal; 2) Electronic submission of tenders via eSubmission (administrative, exclusion & selection evidence, technical tender, financial tender); 3) Opening and administrative check; 4) Selection and technical evaluation (exclusion checks, selection criteria validation, technical scoring by evaluation committee); 5) Financial evaluation and calculation of final score; 6) Award of FWCs (up to 3); 7) Ordering phase via RfO and Specific Contracts / Purchase Orders with acceptance and payment processes. For specific contracts: RfO → Contractor offer → award → implementation → acceptance → invoicing → payment.

Success Rates

Success likelihood:The Office will award up to 3 FWCs. Success depends on meeting exclusion and selection criteria, achieving minimum thresholds in each technical award criterion and competitive pricing. The procurement documentation requires a strong track record (3 similar projects of min €30,000 each in last 3 years, 2 SME-onboarding examples), and minimum turnover requirements. While no fixed success rate is provided, the process is competitive and only the top three compliant tenders with the best final scores will be awarded.

Co-funding Requirement

No co-funding (matching funds) from the successful tenderer is required. This is a procurement contract: the Office pays the agreed price for deliverables in accordance with the Contract. Financial proposals must be complete and expressed in euros (Office is tax/VAT exempt).

Templates and application structure

Application templates and structure:Annex IV contains the Standard Submission Form (SSF) to be completed fully and signed; legal entity and financial identification Excel; Declaration on Honour template; Appendix to Annex I project templates (to list similar contracts and SME onboarding examples); Annex IV Technical Proposal instructions (pedagogy case study, project management plan, storyboards; proposal to meet technical requirements REQ-1 to REQ-19; situational quality responses); Annex IV Financial Proposal Excel template (detailed unit prices per asset, hypothetical scenario cost columns). Tenderers must follow the eSubmission folder structure described in Annex IV and upload documents into the correct criterion folders. Where signatures are required they must be hand-signed and scanned or signed with a qualified electronic signature.

  1. 1Standard Submission Form (Annex IV): identification, administrative declarations, signatures and validity (9 months).
  2. 2Appendix to Annex I: project/contract experience tables to be used per project example (repeat as many times as projects/contracts are cited).
  3. 3Annex IV – Technical Proposal: pedagogy case study, project management plan, storyboards, responses to REQ items and quality situational answers.
  4. 4Annex IV – Financial Proposal Excel: itemised price list per asset type (instructional design, storyboard per asset types, SME rates, job aids, presentations, interactive slides per slide, infographics, interactive infographics, simulations, branching scenarios, video types, quizzes per question, assignments per assignment, gamification per SCORM, multilingual per module options, voice-over per number of words, deployment per module, hypothetical scenario totals).

The templates provided by the Office must be used in full, and all sections in the SSF must be filled in. The Office provides a Financial Offer form with unit prices and hypothetical scenario costs; failure to provide complete pricing in the specified format may lead to exclusion.

This opportunity is a public procurement tender — applicants should read the Invitation to Tender, Annexes and Draft Framework Contract in full and ensure compliance with the exclusion and selection criteria, technical requirements and contractual terms. The Office publishes Q&A on the portal; interested parties are advised to subscribe to the call for tender to receive updates Funding & Tenders Portal – Tender details TED reference. 1

Footnotes

  1. 1All official procurement documents and annexes (Invitation to Tender, Annex I Tender Specifications, Annex II Technical Specifications, Annex III Draft FWC and model Specific Contract/Purchase Order, Annex IV Standard Submission Form and Financial Proposal template, Annex V SLA and Appendices) are published on the Funding & Tenders Portal opportunity page and are the primary source for compliance and submission instructions Tender documents.

Short Summary

Impact

Deliver accessible, standards-compliant bespoke e-learning modules that improve IP knowledge and streamline internal learning processes for the contracting authority.

Applicant

An organisation with proven instructional design and multimedia production skills, LMS deployment experience (SCORM/xAPI/HTML5), WCAG 2.1 accessibility compliance, agile project management and capacity to provide the required specialist staff.

Developments

End-to-end custom development of e-learning content covering intellectual property topics (trademarks, designs, GIs, copyright, IP commercialisation) and related internal process training, including multimedia assets, localisation and deployment to an LMS.

Applicant Type

Profit SMEs/startups and large corporations experienced in e-learning production and digital training services.

Consortium

Single applicants may apply; joint tenders/consortia and subcontracting are permitted but not required (consortiums must designate a lead and provide commitment letters when relied upon).

Funding Amount

Framework ceiling €700,000 total (Year1 €162,410; Year2 €170,530; Year3 €179,051; Year4 €188,009) over a maximum 48-month period.

Countries

Open to economic operators established in EU Member States and eligible third countries under EU procurement rules, with the contracting authority based in Spain (Alicante).

Industry

Education and training / digital learning services (sector:e-learning and instructional design with a focus on intellectual property education).

Additional Web Data

Opportunity Overview

The European Union Intellectual Property Office (EUIPO) has launched an open procedure tender (EUIPO/2026/OP/0009) for the end-to-end design and development of customised e-learning content. This includes compilation of topic material, storyboard development, physical creation of assets such as quick guides, infographics, simulations, videos, and quizzes, and deployment onto EUIPO's learning platform if required. The tender explicitly excludes brokerage services for existing courses or off-the-shelf e-learning catalogues.

Key Dates:TED publication: 03/04/2026. Deadline for questions: 08/05/2026 23:59 Europe/Madrid. Tender submission deadline: 18/05/2026 13:00 Europe/Madrid. Public opening: 19/05/2026 11:00 Europe/Madrid.

Contract Value and Duration:Estimated total value: €700,000 (Year 1: €162,410; Year 2: €170,530; Year 3: €179,051; Year 4: €188,009). Maximum duration: 48 months (initial 12 months, renewable up to 3 times).

Eligibility and Participation

Open to all natural and legal persons within the scope of the Treaties and those from third countries with relevant agreements. Sole tenderers or joint tenders permitted; subcontracting allowed. All entities must not be subject to EU restrictive measures. EU Login account and PIC required for electronic submission.

Selection Criteria

Economic and Financial Capacity

  • Minimum yearly turnover of last 3 years: €200,000 overall, including €120,000 in e-learning services.

Technical and Professional Capacity

  • 3 similar contracts (scope/complexity) completed in last 3 years, each >= €30,000, including instructional design (a1,a2,a3) and e-learning development (c-q).
  • 2 contracts involving in-house/third-party SMEs (not customer SMEs) for raw materials/instructional support.
  • Qualified staff: 1 senior instructional designer, 1 senior graphic designer, 2 junior instructional designers, 2 junior graphic designers, 2 e-learning developers, 1 contract manager, 1 project manager.
  • Registration in relevant trade/professional register.

Exclusion Criteria

Declaration on honour required. Evidence (judicial record, tax/social security certificates) from presumed successful tenderer(s). EU Early Detection and Exclusion System consulted.

Award Criteria

Best price-quality ratio (Price:30%; Quality: 70%). Technical thresholds: Pedagogy/Project management (50 pts, min 25); Technical requirements (30 pts, min 15); Feedback/Quality management (20 pts, min 10). Total quality min 50 pts.

Technical Specifications Highlights

Custom e-learning for EUIPO staff/stakeholders on IP topics (trademarks, designs, GIs, copyright, IP commercialisation) and internal processes. Agile development (SAM, AGILE, etc.). SCORM/HTML5/xAPI compliant, WCAG 2.1 accessible, Moodle v4.1+ compatible. Assets: instructional design, SMEs, job aids, presentations, infographics, simulations, videos, quizzes, gamification, multilingual, voice-over, deployment.

Pricing Structure (Financial Proposal Template):Unit prices required for assets like instructional design per course/module, storyboards per type, SME per module, job aids/infographics per asset (full new vs template), presentations per slide, videos per minute, quizzes per question, etc. Hypothetical scenario for 10-asset module.

Framework Agreement Implementation

  • Cascade (max 3 contractors). Fixed-price orders via RfO.
  • Contract/Project managers required (3+ years experience).
  • Quarterly reports/meetings, ad-hoc reports.
  • SLA: KPIs for schedule/scope/quality (min 50% after 5 deliverables), penalties up to 10%.

Submission Requirements

Electronic via EU Funding & Tenders Portal (eSubmission). Documents:Invitation to tender, Tender/Technical specs, Financial proposal template, Draft FWC, Standard submission form, SLA. Technical proposal: case study, technical reqs responses, quality scenarios.

Primary source:EU Funding & Tenders Portal. TED notice: TED Notice. Documents published 03/04/2026 (English only).

Key Risks and Considerations

  • No off-the-shelf content; full custom development required.
  • Strict staff profiles and experience proof.
  • Cascade ranking determines order priority.
  • SLA penalties for delays/rejections.
  • IP rights transfer to EUIPO upon delivery.

Potential applicants should review full tender documents, ensure PIC registration, and prepare detailed technical proposals demonstrating agile e-learning expertise, IP content experience, and compliance with accessibility/standards.

Footnotes

  1. 1All data from official EUIPO tender documents dated 03/04/2026. Volumes indicative; no commitment to full €700K spend. Tender Portal.

Update Log

No updates recorded yet.

Documents

Document filePDF documentPDF documentWord documentPDF documentDocument fileExcel documentDocument fileWord 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 ↑

Provision of language training for staff

TenderOpen

The European Union Intellectual Property Office (EUIPO) has an open tender for provision of language training services in English, Spanish, French, German and Italian covering all CEFR levels and delivery modalities including on-site (Al...

April 27th, 2026

Translation services for the Office of the Secretary General of the European Schools

TenderOpen

Open tender EURSC/2026/OP/0002 by the Office of the Secretary General of the European Schools (OSGES) seeks a framework for translation services covering all 24 EU languages with emphasis on English, French and German. The estimated tota...

April 13th, 2026

Formations dans le secteur de la prévention et protection au travail

TenderForthcoming

The Office for Infrastructure and Logistics in Brussels (OIB) has published ex ante publicity (EC-OIB/2026/MVP/0017-EXA) seeking a team of trainers to deliver staff training in occupational health and safety, prevention and protection at...

April 19th, 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

EU Assistance for Innovation Procurement

TenderOpen

The European Innovation Council and SMEs Executive Agency (EISMEA) has published an open procedure tender (EISMEA/2026/OP/0016) to deliver the European Assistance for Innovation Procurement (EAFIP) service for 2026–2029. The service cont...

April 15th, 2026

Translation and post-editing services of standardised technical texts in the field of Intellectual Property Rights (European Union Trade Marks (EUTM)) from official EU languages into other official EU languages

TenderOpen

Translation Centre for the Bodies of the European Union (CDT/2026/OP/0001, TED ref 52/2026 181616-2026) invites tenders for framework agreements to provide translation and post-editing of standardised technical texts related to European...

May 4th, 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

Dynamic Purchasing System (DPS) for Large media strategy, planning, buying and asset adaptation services

TenderOpen

The European Commission DG Communication, in collaboration with the European Parliament, has launched a Dynamic Purchasing System (DPS) to procure large-scale media strategy, planning, buying and asset adaptation services. The estimated...

January 1st, 2031

EU MODEX Cycle 13 - Exercises on Civil Protection Modules, Other Response Capacities, European Union Civil Protection Teams and Technical Assistance and Support Teams

TenderOpen

The European Commission DG ECHO is launching an open tender (EC-ECHO/2025/OP/0045) to design, plan, conduct and self-evaluate EU MODEX Cycle 13 tabletop and field civil protection exercises across four lots with a total budget of EUR 16,...

May 19th, 2026

Lieferung und Montage einer Containeranlage am JRC Karlsruhe

TenderOpen

Open tender EC-JRC/KRU/2026/OP/0418 by the European Commission Joint Research Centre (JRC) Karlsruhe for the delivery and assembly of a turnkey office container facility including technical building equipment at JRC Karlsruhe, Eggenstein...

April 14th, 2026

Stationary document readers with warranty, training, and maintenance support

TenderOpen

FRONTEX/2026/OP/0016 is an open tender to establish a single framework contract for the supply of stationary document readers, including warranty, maintenance and train‑the‑trainer and beneficiary training, for Frontex, EU Member States...

May 4th, 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