Purchase of Two Portable Gamma Ray Imaging Spectrometers

Overview

This is an open procedure tender (EC-ENER/LUX/2026/OP/0002, TED reference 36/2026 123034-2026) by the European Commission DG ENER to procure two portable 3D position sensitive gamma ray imaging spectrometers for Euratom inspections, estimated at €300,000 with delivery DDP Luxembourg within eight months. Tenders must be submitted electronically via the EU Funding & Tenders Portal by 13/04/2026 16:00 Europe/Luxembourg and award will be to the lowest priced fully compliant offer. Bidders must satisfy exclusion and selection criteria including an average turnover above €100,000 and recent relevant technical experience, and provide a technical tender demonstrating full compliance with mandatory specifications. Key minimum technical requirements include weight up to 5 kg, battery autonomy of at least 6 hours, IP67 or equivalent sealing, energy range 50 keV to 3 MeV, energy resolution of 1 percent FWHM at 662 keV, coded aperture and Compton imaging capabilities, and a minimum two year warranty.

Highlights

Opportunity type and buyer

Public tender (open procedure) — European Commission, DG ENER (E1)

What it funds:procurement of two portable 3D position-sensitive gamma imaging spectrometers with readout electronics, embedded computer and user interface capable of real-time spectroscopy, isotope identification and isotope-specific imaging across a wide energy range (approx. 50 keV to 3 MeV or higher). Equipment must meet mandatory technical minima (battery autonomy, weight, IP67 or equivalent, gamma resolution, sensitivity, alarms, accessories, 2-year warranty, documentation and certificates).

Estimated contract value:Approximately €300,000 (total estimated value for the supply of two devices).

Who may apply:Any economic operator (natural or legal person, including groups/consortia and eligible third-country suppliers under applicable agreements) with access to EU procurement and not in an exclusion situation; identified subcontractors above 10% must be declared. Submission requires registration in the Participant Register (PIC) and use of eSubmission.

  1. 1Quantity: two units to be delivered to Luxembourg
  2. 2Contract nature: supplies; maximum duration 8 months; award by lowest price
Key datesDeadlines and events
Deadline for tenders13/04/2026 16:00 Europe/Luxembourg
Public opening14/04/2026 11:00 Europe/Luxembourg
Last date for questions31/03/2026 23:59 Europe/Luxembourg

How to apply:submit an electronic tender only via the EU eSubmission system on the Funding & Tenders Portal; tenders must include the technical documentation, signed declaration(s) on exclusion/selection, Annex 6 financial bid form and any required commitment letters. Only fully compliant offers meeting the minimum technical requirements will be evaluated.

Award and contract:Award method: lowest price among technically compliant tenders. Delivery terms DDP Luxembourg (addresses provided in tender documents). Full contract terms, draft contract and tender specifications available on the portal F&T Portal - tender docs 1.

Footnotes

  1. 1Register and submit via the EU Funding & Tenders Portal eSubmission. Procurement documents, invitation to tender, tender specifications, financial bid form and draft contract are published at the tender page above.

Find a Consultant to Support You

Breakdown

The European Commission, Directorate-General for Energy (DG ENER), Unit E1, has launched an open procedure to procure two portable 3D-position-sensitive gamma ray imaging spectrometers for use by Euratom inspectors in nuclear safeguards inspection activities. The contract will cover supply, delivery, and associated documentation and accessories, with award based on the lowest price among fully compliant tenders. Procurement is managed via the EU Funding and Tenders Portal.

Official portals and identifiers:EU Funding & Tenders opportunity page: Purchase of Two Portable Gamma Ray Imaging Spectrometers EU F&T Portal opportunity; Procedure identifier: EC-ENER/LUX/2026/OP/0002; TED reference: 36/2026 123034-2026; CPV: 38940000 - Nuclear evaluation instruments.

Scope of Supply and Technical Requirements

DG ENER seeks two easy-to-use portable 3D-position-sensitive gamma imaging systems, including associated readout electronics and an embedded computer. The systems will support Euratom inspectors in localizing, identifying, and mapping radioactive sources across varied environments and routine inspection operations. Variants are not allowed; tenders must comply with all minimum technical requirements.

  • Imaging and spectroscopy outputs: real-time gamma-ray spectrum; isotope-specific images of gamma-ray distribution in all directions; identification and visual localization of gamma sources.
  • Imaging technologies: coded-aperture and Compton imaging.
  • Energy range: 50 keV (or lower) to 3 MeV (or higher).
  • Energy resolution: gamma energy resolution ≤ 1% FWHM at 662 keV.
  • Sensitivity: in low background, detect and localize a Cs‑137 source of 0.5 MBq at €1 Min less than 2 minutes.
  • Count rate handling: at least 3 mSv/h (Cs‑137 equivalent); audio and visual alarms with adjustable thresholds.
  • User interface and post-processing: GUI for spectra recording and online overlaid gamma and optical images; activity-graded false-color images to localize sources; images visualising distinct contributions of detected isotopes; specific isotope detection; display at a minimum includes gamma spectrum with highlighted peaks from a built-in isotope library (library extensible), dose rate, and optical image with either dose or isotope activity overlay; post-processing to reconstruct gamma images from saved spectra; export visual/gamma overlays; save spectra in human-readable and standard spectral formats; automatic radionuclide identification; image creation for full-energy peaks or sum of peaks; reconstruction for selected time intervals.
  • Field usability: start-up time ≤ 5 minutes for initial measurement; tripod or equivalent support for long exposures; built-in laser pointer for distance (no goggles required).
  • Form factor and ruggedization: total weight ≤ 5 kg (including laser, gamma detection and imaging system); operating temperature at least −10 °C to +40 °C; portable waterproof enclosure IP67 or equivalent; surfaces easy to decontaminate.
  • Power and display: 230 V 50 Hz power supply; built-in or mountable display ≥ 7 inches with wired/Bluetooth/Wi‑Fi connectivity.
  • Optics: optical field of view at least 150° horizontal and 120° vertical.
  • Data management: removable data storage (e.g., external USB memory stick).
  • Software: pre-installed, ready-to-use data acquisition system.
  • Accessories: at least transport and storage cases.
  • Warranty and certifications: minimum 2-year warranty per unit starting at delivery; provide certificates for technical features and marking including CE label and IP67 level.

Deliverables with each unit:English specifications document detailing technical specifications; instrument type and purpose; measurement types; complete description including optimal configuration, detector type and size, accuracy, background influence, calibration data, power supply, mechanical, environmental and electrical characteristics, EMC, reliability, and relevant information; description of test methods or references to international standards. Provide user manuals, maintenance manuals, and system configuration/administration manuals.

Contract, Procedure, Financials, and Timeline

Procedure typeOpen procedure; award by lowest price among compliant tenders
Nature of contractSupplies; direct contract (no framework)
Estimated total value€300,000
Contract durationUp to 8 months from entry into force
LotsNo; single lot
VariantsNot allowed
Main CPV38940000 - Nuclear evaluation instruments
Submission methodElectronic via eSubmission on the EU Funding & Tenders Portal
Deadline for receipt of tenders13/04/2026 16:00 (Europe/Luxembourg time)
Public opening of tenders14/04/2026 11:00 (Europe/Luxembourg); virtual session
Last date for Q&A obligations31/03/2026 23:59 (Europe/Luxembourg)
TED publication date20/02/2026
Lead contracting authorityEuropean Commission, DG ENER - Energy

Place of delivery (DDP Incoterms):Luxembourg. For goods not exceeding €1 Mhigh or €1 Mwide or 250 kg: European Commission, DG Energy – DROSBACH building, Impasse Drosbach 12, Aile E-2, L-1882 Luxembourg. For larger/heavier goods: European Commission, DG Energy – Euroforum building, 10 rue Robert Stumper, L-2557 Luxembourg. Delivery notifications: at least 5 working days in advance; deliveries between 09:00 and 16:00.

Administrative, Legal, and Eligibility Requirements

  • Access to procurement: Participation is open on equal terms to all natural and legal persons within the scope of the EU Treaties and to international organisations; also open to natural/legal persons established in third countries with an agreement with the EU in public procurement, and to WTO GPA parties under the agreement’s conditions.
  • Restrictive measures: No involved entity (tenderers, group members, subcontractors, relied-on entities) may be subject to EU restrictive measures adopted under TEU Article 29 or TFEU Article 215; applies throughout performance.
  • Registration: Each entity submitting a tender must be registered in the EU Participant Register and hold a valid PIC (9-digit Participant Identification Code).
  • Submission language: Any official EU language.
  • One tender rule: No more than one tender per tenderer; the latest version counts if multiple tenders are submitted and earlier ones are not withdrawn.
  • Confidentiality: Tenders become the property of the contracting authority at opening; confidentiality rules apply with limited disclosures on award; access to documents governed by EU rules.
  • Data protection: Processing under Regulation (EU) 2018/1725; specific privacy notices and controller details are provided.

Selection criteria (capacity):Economic and financial: average yearly turnover over the last two closed financial years above €100,000 (consolidated across involved entities if applicable). Evidence may be requested (profit and loss accounts or bank statements; most recent year closed within last 18 months). Technical and professional: at least one similar project (in scope and complexity) completed in the last three years preceding the submission deadline, with details of dates, amounts, scope, role, and amount invoiced; ongoing projects counted pro-rata for completed portions. Legal/regulatory capacity: tenderers can be natural or legal persons; no specific legal capacity required beyond general eligibility.

Exclusion criteria and declarations:Each involved entity must submit a signed Declaration on Honour covering exclusion grounds (bankruptcy, tax/social breaches, grave professional misconduct, fraud/corruption/organised crime/AML-CFT/terrorism/trafficking, significant deficiencies in prior EU contracts, irregularities, evasion of legal obligations, obstruction of audits), facts and findings under Article 138(3) of the Financial Regulation, restrictive measures, established debts to the Union, and independence in tender preparation. Documentary evidence on non-exclusion must accompany the tender for the tenderers and can be requested from subcontractors and relied-on entities.

Joint tenders and subcontracting:Joint tenders are allowed; all group members are jointly and severally liable. A group leader must be appointed and empowered via an Agreement/Power of Attorney (Annex 3). Subcontracting is permitted; identified subcontractors must be listed (Annex 4) with commitment letters (Annex 5.1) where applicable. Entities whose capacities are relied upon but are not subcontractors must provide a commitment letter (Annex 5.2). Changes to group composition or identified subcontractors after submission require prior approval and strict conditions.

Submission Package and Templates

  • Technical tender: Full technical response showing compliance with all minimum requirements (Section 1.4.2) and detailing manufacturer, model/type, and technical properties. If any personal data processing/storage occurs outside EU/EEA, specify the location in the technical tender.
  • Financial tender: Use Annex 6 (Compliance and Financial Grid; Excel). Includes Annex 6.1 compliance grid and Annex 6.2 price sheet. Encode total amount (cell C3 in Annex 6.2 Price) into the eSubmission Total amount field; in case of discrepancy, the uploaded financial tender prevails. Prices in EUR; net unit prices inclusive of all costs including transport; EU institutions are VAT exempt; quantities indicative; unit prices prevail over totals if discrepancies.
  • Declarations and forms: Declaration on Honour (Annex 2) for each involved entity; Agreement/Power of Attorney for joint tenders (Annex 3); List of identified subcontractors (Annex 4) and their commitment letters (Annex 5.1) as needed; commitment letters for relied-upon entities (Annex 5.2).
  • Authorisation evidence: Evidence that signatories are duly authorised (chain of delegation) to sign the declarations and joint tender documents.
  • Signature policy: Prefer qualified electronic signature (QES) per eIDAS; hand-signed accepted but originals must be retained by the tenderer for 5 years.

Key documents (downloadable from the portal):Invitation letter; Tender specifications; Annex 6 Financial bid form (Compliance grid, Financial bid, Price sheet); Declaration on honour; Draft contract for supplies. All published in English. Access via the opportunity page documents tab on the EU Funding & Tenders Portal.

Evaluation and Award

  • Administrative compliance, access to procurement, and exclusion checks.
  • Selection criteria verification (economic/financial, technical/professional).
  • Compliance with all minimum technical and administrative requirements (no variants; tenders with any non-compliance are rejected).
  • Award criterion: Price 100%. Tenders are ranked by ascending total price. Abnormally low tenders may be investigated and rejected.
  • Only tenderers passing all checks and not subject to restrictive measures can be awarded.

Contract Management Essentials

  • Direct contract; all terms fixed at signature. Price revision not applicable.
  • Delivery terms: Delivery Duty Paid to Luxembourg addresses; consignment note required; certificate of conformity signed within one month of delivery if compliant.
  • Warranty: minimum 2 years per unit from delivery; comprehensive defect and conformity remedies; replacement/repair at contractor’s cost within reasonable time; extended obligations for systematic design flaws.
  • Payments: payment of balance within 30 days after acceptance and valid invoice; no pre-financing or interim payments; invoicing via electronic exchange system if activated, otherwise by email to contracting authority’s mailbox; EU VAT exemption applies (with specific invoice statements for BE/LU or Art. 151 for intra-EU).
  • Liability, audits, and checks: Contractor liable for losses up to 3x contract value unless gross negligence, willful misconduct, personal injury, or IP infringement (then full liability). EC, OLAF, EPPO, and Court of Auditors may conduct checks/audits during the contract and up to 5 years after balance payment.
  • Suspension/termination: Conditions for suspension (e.g., force majeure, irregularities), reductions in price for low-quality or non-implemented obligations, liquidated damages for delivery delays (formula-based), substitution at contractor’s expense for failures, and termination grounds including exclusion situations, conflicts of interest, restrictive measures, or data protection breaches.

How to Submit

  1. 1Register and obtain a PIC on the Participant Register; ensure legal and SME status are current.
  2. 2Prepare technical tender proving full compliance with all minimum requirements and attach all certificates (CE, IP67) and warranty commitments; include recommended spare parts list and service plan (for information only; not priced).
  3. 3Complete Annex 6 financial forms (Compliance grid and Price sheet), sign electronically (QES recommended), and align the eSubmission Total amount with Annex 6.2.
  4. 4Gather signed Declarations on Honour for all involved entities; prepare authorisation-to-sign evidence; for joint tenders prepare the Agreement/Power of Attorney; list identified subcontractors and ensure commitment letters are included as required.
  5. 5Upload via eSubmission on the EU Funding & Tenders Portal before 13/04/2026 16:00 Europe/Luxembourg; observe file size limits and supported formats per system requirements.
  6. 6Optionally request attendance at the virtual public opening by emailing ENER-E1-CFT@ec.europa.eu at least three hours before the opening, providing names, emails, tenderer name, and submission receipt.

Categorisation and Structured Extraction

Eligible Applicant Types:Any natural or legal person acting as an economic operator able to supply the required equipment, including manufacturers of radiation detection and imaging systems, authorized distributors and resellers, systems integrators, SMEs, large enterprises, and consortia of such entities. Research organisations or universities may apply only insofar as they act as suppliers meeting the commercial, technical, and delivery requirements. NGOs, individuals, or government bodies could participate if they qualify as economic operators and meet access rules and selection criteria.

Funding Type:Public procurement for supplies; direct contract. Not a grant, loan, or equity.

Consortium Requirement:Single applicant or joint tender (consortium) both allowed. If joint, all members are jointly and severally liable and must appoint a group leader.

Beneficiary Scope (Geographic Eligibility):Open to all natural and legal persons within the scope of the EU Treaties and to international organisations; also open to economic operators established in third countries with procurement agreements with the EU and WTO GPA parties, under the conditions of those agreements. All involved entities must not be subject to EU restrictive measures.

Target Sector:Nuclear safeguards and inspection; radiation detection and imaging; energy; security and nonproliferation; industrial inspection instrumentation; advanced sensors and photonics; defense and security-adjacent equipment within civil nuclear oversight.

Mentioned Countries:Luxembourg is explicitly mentioned as the delivery location. Geographic participation is EU-wide and includes eligible third countries under access rules (EU Treaties, GPA, and specific agreements).

Project Stage:Commercial supply and delivery of fully developed, field-deployable equipment meeting stringent performance specifications; not research or prototype development. Systems must support immediate operational use in inspections.

Funding Amount:Estimated total contract value €300,000. Final award value determined by the lowest-priced compliant tender. No price revision and no pre-financing.

Application Type:Open call for tenders with electronic submission (eSubmission) via the EU Funding & Tenders Portal.

Nature of Support:Monetary payment for supplied goods upon acceptance; no non-financial services provided to suppliers.

Application Stages:Single-stage open procedure: one submission and evaluation round. Public opening announces tenderers and total prices; detailed evaluation follows.

Success Rates:Not specified. This is a competitive procurement awarded solely on lowest price among fully compliant and eligible tenders; no historical success rate is provided.

Co-funding Requirement:Not applicable. This is a purchase contract; the European Commission pays the agreed price. Tenderers bear their own bid preparation costs.

Templates and Application Structure:Use the published forms: 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 and 5.2); Financial tender form Annex 6 (Excel) including Annex 6.1 Compliance grid and Annex 6.2 Price. Technical tender should map each minimum requirement (Section 1.4.2) to specific evidence (datasheets, certificates, page references). Financial tender must list the total price for two systems inclusive of all costs. Ensure QES signatures where required and upload all documents under the correct sections in eSubmission per Annex 1 list of documents.

Key Contacts and Communication

  • General and submission Q&A: via the opportunity’s Questions & answers section on the EU F&T Portal (EU Login required).
  • Opening session attendance requests and notifications: ENER-E1-CFT@ec.europa.eu.
  • Administrative contact (contract): Unit DDG2.01 – Jean‑Luc Zamparutti, +352 4301 34107; email per draft contract.
  • Technical contact (contract execution): Unit E1 – Laurent Velnom, +352 4301 31943; email per draft contract.

Important Dates and Milestones

Publication on TED / F&T Portal20/02/2026
Deadline for questions (non-binding)31/03/2026 23:59 (Europe/Luxembourg)
Submission deadline13/04/2026 16:00 (Europe/Luxembourg)
Public opening (virtual)14/04/2026 11:00 (Europe/Luxembourg)
Contract maximum duration8 months from entry into force
Delivery notification lead time≥ 5 working days before delivery; deliveries 09:00–16:00

Document Links

Comprehensive Summary

This open procurement by the European Commission’s DG ENER acquires two high-performance, portable gamma imaging spectrometers to reinforce Euratom nuclear safeguards inspections. The systems must combine coded-aperture and Compton imaging, deliver fine energy resolution (≤ 1% FWHM at 662 keV), and cover a broad energy range (≤ 50 keV to ≥ 3 MeV). They must localize a weak Cs‑137 source rapidly in low background, handle high dose-rate environments with alarms, and support robust, field-ready use with an IP67 enclosure, low weight (≤ 5 kg), rapid start-up, extended field of view, and flexible mounting. A mature software stack is required for real-time spectroscopy and imaging, automatic nuclide ID, advanced post-processing, dose display, and overlay of gamma activity on optical images. Delivery to Luxembourg is required within an 8-month contract window, with at least a two-year warranty and full conformity documentation, certificates, and manuals per unit. Tenders must strictly meet every minimum requirement; any deviation results in rejection. Award is on price only among compliant, eligible bids.

Eligibility is broad under EU procurement rules and GPA access, provided entities are not under EU restrictive measures. Applicants must show financial robustness (≥ €100,000 average turnover) and recent, relevant technical experience. Submission is electronic via the EU Funding & Tenders Portal by 13 April 2026. The package includes a detailed technical offer demonstrating compliance line-by-line, a signed financial bid using Annex 6, Declarations on Honour for all involved entities, and any required powers of attorney and commitment letters. The procurement ensures robust safeguards technology for nuclear material verification, enhancing inspectors’ capabilities to identify, localize, and map radioactive sources quickly and accurately across varied inspection environments.

Short Summary

Impact

Provide Euratom inspectors with two ready-to-use portable 3D gamma-ray imaging spectrometers to improve localization, identification and mapping of radioactive sources during nuclear safeguards inspections.

Applicant

Applicants must be able to supply proven commercial radiation detection and imaging systems meeting strict technical, certification and delivery requirements, and demonstrate adequate financial capacity and recent relevant project experience.

Developments

Procurement of field-deployable gamma imaging spectrometers (coded-aperture and Compton imaging) with real-time spectroscopy, isotope identification, user interface and post-processing capabilities for safeguards inspections.

Applicant Type

Profit SMEs/startups and large corporations that manufacture or resell radiation detection and imaging equipment and systems integrators capable of commercial supply and delivery.

Consortium

Single applicants are allowed but joint tenders (consortia) are also permitted with joint and several liability; a group leader must be appointed for joint bids.

Funding Amount

Estimated total contract value €300,000 for the supply of two units (final award equals the lowest compliant tender price).

Countries

Delivery location is Luxembourg (DDP); eligibility is EU‑wide and open to third-country economic operators where permitted by EU procurement rules and agreements such as the WTO GPA.

Industry

Targets the nuclear safeguards / civil nuclear inspection sector (EURATOM safeguards) rather than being industry agnostic.

Additional Web Data

Opportunity Overview

This is an open procedure tender (EC-ENER/LUX/2026/OP/0002) launched by the European Commission, DG ENER - Energy, to procure two portable 3D-position-sensitive gamma ray imaging spectrometers for Euratom inspectors. The equipment supports nuclear fuel verification under Chapter VII of the EURATOM Treaty, enabling localization and mapping of radioactive sources in various environments. The systems must be portable, ergonomic, sturdy, and hand-held if possible, with a focus on real-time spectroscopy, imaging, and isotope identification.

TED Reference:36/2026 123034-2026. TED Publication Date: 20/02/2026. Procedure Type: Open procedure. Nature of Contract: Supplies. Main CPV: 38940000 - Nuclear evaluation instruments. Award Method: Lowest price. Estimated Total Value: €300000. Maximum Contract Duration: 8 months.

Key Dates and Deadlines

  • Deadline for Receipt of Tenders: 13/04/2026 16:00 Europe/Luxembourg
  • Date and Time of Public Opening: 14/04/2026 11:00 Europe/Luxembourg
  • Contracting Authority Not Bound to Reply to Questions After: 31/03/2026 23:59 Europe/Luxembourg

Submission Method:Electronic via the EU Funding & Tenders Portal. Tenders must be submitted exclusively through eSubmission. Registration in the Participant Register (PIC required) is mandatory.

Eligibility and Who Can Participate

Open to all natural and legal persons within the scope of the EU Treaties, international organisations, and entities from countries with relevant agreements (e.g., WTO GPA signatories). No lots. Joint tenders allowed with joint and several liability. Subcontracting permitted, but identified subcontractors (those >10% of contract or relied upon for selection criteria) must provide commitment letters.

Exclusion Criteria

Tenderers in exclusion situations (e.g., bankruptcy, tax/social security breaches, fraud, corruption) per Article 138 of the Financial Regulation will be rejected. Declaration on Honour required with tender; supporting evidence (e.g., judicial records, tax certificates) must be provided.

Selection Criteria

  • Economic and Financial Capacity (F1): Average yearly turnover > €100000 over last two years (consolidated assessment). Evidence: Profit/loss accounts (requested if needed).
  • Technical and Professional Capacity (T1): At least one similar project (portable 3D-position-sensitive gamma imaging systems) completed in last three years (consolidated). Evidence: List of projects with details (requested if needed).

Technical Specifications and Minimum Requirements

Tenders must fully comply with minimum technical requirements (Annex 6.1 Compliance Grid); non-compliance leads to automatic rejection. Key specs include:

ParameterMinimum Requirement
AutonomyBattery life >=6 hours at room temperature
Weight<=5 kg (incl. laser, gamma detection/imaging)
Operating Temperature-10C to +40C
SealingIP67 or equivalent (easy to decontaminate)
Energy Range50 keV (or lower) to 3 MeV (or higher)
Gamma Resolution<=1% FWHM at 662 keV
Imaging TechnologyCoded-aperture and Compton imaging
SensitivityDetect/localize 0.5 MBq Cs-137 at €1Min <2 min
Count Rate Limit>=3 mSv/h (Cs-137 equiv.), alarms
Display>=7in, built-in/mountable
Start-up<=5 min
Field of View>=150 deg horiz, 120 deg vert
Warranty>=2 years from delivery
AccessoriesTransport/storage cases; list of spare parts (info only); CE/IP67 certs
DeliverablesSpecs doc, user/maintenance manuals per unit

User interface:Real-time gamma spectrum, isotope-specific images, dose rate, overlaid optical/gamma images. Post-processing: Image reconstruction, export, radionuclide ID. Provide manufacturer/type/technical details.

Evaluation and Award

Administrative compliance, exclusion, selection, then award to lowest price compliant tender. Price (100% weight): Total price for two systems incl. all costs (transport, accessories, delivery). Variants not allowed.

Submission Requirements

  1. 1Declaration on Honour (exclusion/selection/restrictive measures/debts/independence)
  2. 2Evidence of authorisation to sign
  3. 3For joint tenders: Agreement/Power of Attorney
  4. 4List of identified subcontractors + commitment letters
  5. 5Evidence of non-exclusion (for tenderers)
  6. 6Technical tender (compliance declaration, product details)
  7. 7Financial tender (Annex 6 Excel: Compliance Grid + Price Sheet)

All in English (authentic language). Sign with QES preferred. Portal:EU Funding & Tenders Portal. Documents: Invitation, Tender Specs, Financial Form, Declaration, Draft Contract (all downloadable).

Contract Implementation

Direct contract, DDP Luxembourg (Drosbach/Euroforum buildings). Delivery within 8 months. Payment: Balance post technical acceptance (30 days). No pre-financing/interim. Governed by EU/Luxembourg law; Luxembourg courts. Checks/audits up to 5 years post-balance.

Key Documents and Contacts

Procurement Documents:5 documents available: Invitation to Tender, Tender Specifications, Financial Bid Form, Declaration of Honour, Draft Contract 1.

Questions:Via Portal Q&A (log in required). No public Q&A yet.

Contacts:Administrative: ENER-E1-CFT@ec.europa.eu. Technical: As per docs.

Footnotes

  1. 1Download from EU Funding & Tenders Portal; TED Notice: TED Notice.

Update Log

No updates recorded yet.

Documents

Document filePDF documentPDF documentExcel documentWord 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 ↑

Framework service contract regarding mechanical works

TenderOpen

The European Commission (DG ENER - EURATOM Safeguards) is tendering a single framework service contract (EC-ENER/LUX/2025/OP/0020) for mechanical works to support measurement systems in nuclear installations, covering design, production,...

April 13th, 2026

Maintenance and repair of electron microprobe and microscopes for the examination of highly radioactive samples

TenderOpen

European Commission DG JRC JRC Karlsruhe invites open tenders EC-JRC/KRU/2026/OP/0003 for a single-supplier framework contract to provide preventive and corrective maintenance, repair services and spare parts supply for an electron probe...

April 15th, 2026

Supply of a Camera for transmission electron microscope

TenderForthcoming

European Commission DG JRC (Joint Research Centre) intends to launch a planned negotiated procedure (EC-JRC/IPR/2026/MVP/1737-EXA) to procure a camera compatible with the JEOL JEM 2100 transmission electron microscope. The contract is a...

April 16th, 2026

Implementation of the new SoHO Regulation: training and networking of SoHO Competent Authorities’ staff for oversight

TenderOpen

HaDEA has published tender HADEA/2026/OP/0001 for a framework service contract to design, develop and deliver blended e-learning and face-to-face training and networking for SoHO competent authority staff to support implementation of Reg...

April 27th, 2026

Supply of Electronic measurement devices for roadside inspection

TenderOpen

Open tender EC-ENEST/SKP/2026/EA-LOP/0013 for the supply, delivery, installation and training of electronic measurement devices to the State Transport Inspectorate in Skopje, North Macedonia, funded under the EU Instrument for Pre-access...

April 17th, 2026

Provision of portable devices to measure sulphur content in marine fuels to SAFEMED beneficiaries

TenderOpen

EMSA tender EMSA/2026/OP/0014 seeks a supplier under a Framework Supply Contract to provide portable EDXRF sulphur analysers and associated services including delivery, calibration, training, warranty and insurance to SAFEMED beneficiary...

May 26th, 2026

Supply of Reinforced Concrete Containers and Metallic Drums Fabrication Plants for radioactive waste management in Armenia

TenderOpen

The European Commission, acting for the Republic of Armenia, has launched an open tender (EC-INTPA/2025/EA-OP/0109, TED ref. 188906-2026) to design, manufacture and supply technological equipment and auxiliary tools for two radioactive w...

June 8th, 2026

Framework contract for online ordering DNA/RNA related chemicals and chemicals and consumables for PCR/qPCR instruments manufactured by Life Technologies

TenderOpen

The European Commission DG JRC (JRC-Geel) has published open tender EC-JRC/GEE/2026/OP/0668 for a single-supplier framework contract to supply DNA/RNA-related chemicals, reagents and consumables compatible with Life Technologies PCR/qPCR...

April 14th, 2026

Provision of the Services for Geospatial and Imagery Analysis and Intelligence consultancy

TenderOpen

The European Border and Coast Guard Agency (FRONTEX) is tendering multiple framework contracts (minimum 3, maximum 5) for on-site Time-and-Means provision of geospatial, geospatial intelligence and imagery intelligence consultancy at its...

April 28th, 2026

Third-Party Logistics (3PL) - Warehouse and freight-forwarding services

TenderOpen

The European Border and Coast Guard Agency (Frontex) is running an open tender (FRONTEX/2025/OP/0064) for a single-supplier framework agreement to provide third-party logistics services including warehousing and multimodal freight‑forwar...

April 24th, 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...

April 30th, 2026

Online ordering Qiagen Consumables for DNA/RNA extraction (Qiacube) and for dPCR (Qiacuity)

TenderOpen

The European Commission Joint Research Centre (JRC) in Geel, Belgium invites tenders for a single-supplier framework contract for online ordering and supply of Qiagen consumables compatible with QIAcube and QIAcuity systems. The framewor...

April 14th, 2026