Supply and maintenance of two Liquid Scintillation Counters for the site laboratory of radioactivity measurements.
Overview
The European Commission Joint Research Centre (JRC) Ispra is tendering for the supply, installation, on-site testing, training and 48-month warranty/maintenance of two liquid scintillation counters divided into two independent lots with an estimated total value of €400,000 excluding VAT. Lot 1 is a standard LSC (estimated €150,000) and Lot 2 is a heavy lead‑shielded LSC with three or more PMTs (estimated €250,000); award will be by lowest compliant price per lot. Electronic tenders must be submitted via the EU Funding and Tenders Portal eSubmission system by 21 May 2026 at 17:00 Central European Summer Time and questions cutoff is 13 May 2026 at 23:59. Tenderers must meet exclusion and selection criteria including turnover thresholds, demonstrate relevant technical experience, and provide required administrative and technical documentation as specified in the procurement documents.
Partner Search
Find collaboration partners for this call
What You Offer
Describe your expertise here...
You Are Looking For
Describe what you seek here...
Highlights
What it funds
Scope
Direct procurement by the European Commission JRC (Ispra) for the supply, on-site installation, training, tests, documentation and 48 months warranty/maintenance of two Liquid Scintillation Counters for the site laboratory for radioactivity measurements.
Estimated budget:Total estimated value €400 000 (Lot €1 150 000; Lot €2 250 000).
- 1Lot 1: standard liquid scintillation counter including bench, software, on-site tests, training and 48 months warranty (estimated €150 000)
- 2Lot 2: heavy Pb‑shielded liquid scintillation counter (3+ PMTs) including software, on-site tests, training and 48 months warranty (estimated €250 000)
Who can apply
Open procedure. Any economic operator (natural or legal person) may tender, including joint tenders and subcontracting; participation subject to exclusion criteria and selection rules in the procurement documents. Tenderers from non‑EU countries may participate where access rules or international agreements (GPA) permit.
Key practical facts
Tenders must be submitted electronically via eSubmission (EU Login required). Award by lowest price per lot. Public opening: 22/05/2026 11:00 (Europe/Rome). Deadline for receipt of tenders: 21/05/2026 17:00 (Europe/Rome).
| Procurement ID | EC-JRC/IPR/2026/OP/1196 |
|---|---|
| TED reference / publication | 75/2026 265296-2026 (published 17/04/2026) |
| Submission method | Electronic via eSubmission (EU Login) F&T Portal 1 |
| Total estimated value | €400 000 |
| Lot values | Lot €1 150 000 | Lot €2 250 000 |
| Contract duration | Max. 55 months (includes 48 months warranty/maintenance) |
| Award method | Lowest price (per lot) |
| Q&A / clarifications cut-off | 13/05/2026 23:59 Europe/Rome |
How to bid (essentials)
Read the procurement documents (Invitation, Administrative and Technical Specifications, Draft Contract, Financial offer templates) on the Funding & Tenders Portal, prepare the administrative declaration on honour and selection evidence, complete the financial form for the chosen lot(s) and submit via eSubmission before the deadline. JOINT TENDERS: appoint group leader and provide Agreement/Power of Attorney.
Footnotes
- 1All procurement documents, templates and submission links are published on the F&T Portal opportunity page: ec.europa.eu
Find a Consultant to Support You
Breakdown
Summary
Tender EC-JRC/IPR/2026/OP/1196 issued by the European Commission, Joint Research Centre (JRC) Ispra for the supply and maintenance of two liquid scintillation counters (LSCs) for the JRC Ispra site laboratory for radioactivity measurements (LMR). The procurement is divided into two independent lots: Lot 1 supply and maintenance of a standard LSC; Lot 2 supply and maintenance of a heavy lead (Pb) shielding LSC. Procedure type: open procedure, electronic submission via the Funding & Tenders Portal eSubmission. TED reference 265296-2026. TED publication date 17/04/2026. Estimated total value €400 000 (Lot €1 150 000; Lot €2 250 000). Deadline for receipt of tenders 21/05/2026 17:00 Europe/Rome. Public opening 22/05/2026 11:00 Europe/Rome. Award method: lowest price per lot.
Who can apply (Eligible Applicant Types)
Eligible applicant types:enterprises and organisations able to supply scientific instrumentation and maintain it, including suppliers/ manufacturers, distributors, authorised service partners. Specific examples: SMEs, large enterprises, authorised distributors, specialised equipment manufacturers, laboratories acting as tenderers, and legal entities or groups of legal entities (joint tenders). Subcontractors are permitted; identified subcontractors above 20% share or those relied upon to meet selection criteria must be declared and provide commitment letters. Public bodies, universities and research institutes may bid if they register and meet selection criteria.
Funding Type
This is a public procurement (tender) for supplies and services leading to a direct contract. Financial mechanism: procurement contract (purchase of goods and related maintenance services). Not a grant, loan or equity instrument.
Consortium Requirement
Consortium:not mandatory. Tenderers may submit as a single legal entity (sole tenderer) or as a joint tender (group of economic operators). Joint tenders must appoint a group leader and provide Agreement/Power of attorney (Annex 3). Each lot is evaluated independently; a tenderer may submit for one or both lots. In a joint tender, all members are jointly and severally liable.
Beneficiary Scope (Geographic Eligibility)
Geographic eligibility:participants from EU Member States and entities from countries covered by relevant procurement access rules (including parties to the GPA and those with applicable special agreements). Participation open to natural and legal persons within the scope of the EU Treaties, international organisations and entities indicated in the procurement documents. Delivery place and performance: JRC Ispra site, Via Enrico Fermi 2749, Ispra (VA), Italy.
Target Sector
Sector:scientific instrumentation for radiation measurement and radioactivity laboratory equipment. Thematic target sectors: environment/radioactivity monitoring, nuclear safety and decommissioning laboratory equipment, analytical instrumentation, metrology and laboratory services.
Mentioned Countries
Explicitly mentioned country:Italy (JRC Ispra site). Geographic coverage for applicants: EU (all Member States) and other countries with procurement access per the procurement documents (GPA and other agreements).
Project Stage
Project stage:procurement for deployment and operational use. Expected maturity: equipment supply, on-site installation, verification testing, commissioning, validation and operational warranty/maintenance (ready-for-use, not research or R&D).
Funding Amount
Estimated total procurement value:€400 000 (excluding VAT). Lot 1 estimated value €150 000. Lot 2 estimated value €250 000. Tenderers must not exceed the maximum budgets per lot; any tender exceeding the maximum budget will be rejected.
Application Type
Submission method:open call / public tender with electronic submission only via the Funding & Tenders Portal eSubmission system (EU Login account required and, as of mid-2026, 2-factor authentication). Submission deadline 21/05/2026 17:00 Europe/Rome. Questions to be submitted via the Portal Q&A; contracting authority may stop answering questions received less than six working days before the deadline.
Nature of Support
Nature of support:commercial contract providing money in exchange for supplies and services (payments for delivered equipment, installation, on-site testing, training and multi-year warranty/maintenance). Beneficiaries receive payments under contract, not grants; they will provide goods and services.
Application Stages
Application / award stages:single-stage tender process. Process steps: 1) electronic submission of tender by deadline; 2) public opening (virtual); 3) verification of administrative compliance, exclusion/selection checks; 4) evaluation of offers (award by lowest price per lot); 5) notification of outcome; 6) contract negotiation/signature and signature of Acceptance Form after delivery, installation, tests and training; 7) warranty/maintenance period with annual acceptance milestones. Overall, a linear single-call submission with evaluation.
Success Rates
Success rates:not published specifically. As an open lowest-price procurement, success probability depends on competitiveness vs. other tenders, meeting mandatory selection and technical requirements, and offering the lowest compliant total price per lot. Typical public procurement success rates vary widely; no official success rate is provided in the tender documents.
Co-funding Requirement
Co-funding:not applicable. This is a procurement where the contracting authority pays the contractor for supplies and services. No requirement for co-financing by applicants is specified.
Key Technical Requirements (science & technology)
Overview of requested technical capabilities drawn from the Technical Specifications (Annex I Part 2): Two different LSC configurations are required with minimum performance parameters, software, accessories, training and 48 months warranty including full-risk corrective maintenance. Lot 1 (standard LSC): MCA resolution <= 0.50 keV; temperature-controlled refrigeration; active and passive shielding; electronic signal processing; DPM/CPM results for single/dual/triple-label beta or alpha isotopes; supplier must declare MDA; selectable counting time; alpha/beta discrimination and total-alpha/beta optimization; energy ranges minimum beta 0–2 000 keV and alpha 0–10 000 keV; alpha counting efficiency >= 95%; beta counting efficiency >= 60% for 3H and >=95% for 14C; figure of merit E^2 / B targets (3H ROI 1–12.5 keV >= 800; 14C ROI 14.5–97.5 keV >= 6000) using commercially available cocktails and vials; automatic sample identification (barcode reader); physical size and max weight constraints (max width/depth 125 x 125 cm; max weight 800 kg); power 220–240V AC, peak < 1 kW; external standard source for quench monitoring; automatic sample changer capacity >= 40 vials of 20 mL; acquisition and analysis software compatible with Windows 10 allowing analysis during acquisition; supply of calibrated sealed and unquenched standards for 14C and 3H and blanks. Lot 2 (heavy lead shielding LSC): as above with three or more PMT configuration; automatic sample changer capacity >= 80 vials; minimum weight 700 kg; figure of merit for 3H >= 600; other efficiency and energy range requirements similar to Lot 1; heavy lead shielding (Pb) configuration described in technical specifications. Additional supplier obligations: packaging, delivery to JRC Ispra (DDP Incoterms 2020), assembly, on-site tests and on-site test certificates, training for up to 6 LMR staff with training attestations, complete manuals and certificates in English (or Italian), CE and conformity certificates, project documentation, environmental and safety compliance, handover of special tools if used. Warranty: 48 months corrective maintenance response strategy within 1 week and repair completion within one month of request; corrective maintenance including spare parts included in price; failure to restore within 1 month permits JRC to intervene at contractor expense. Delivery schedule: equipment delivered within 6 months of contract entry into force; on-site tests and training concluded within 1 month from delivery of all components on site.
Mandatory Technical Evidence:Tenderers must provide with their offer or make available on request evidence demonstrating compliance with the selection criteria (financial and technical). Technical documentation must show counting efficiencies, energy/channel ranges, PMT configuration, shielding details, software capabilities, sample changer capacity, MDA declarations, external quench source properties, physical dimensions, weight and power requirements. On-site test certificates must confirm delivered performance; CE conformity and other certificates must be provided. Vendors must declare maintenance and warranty terms. See Annex I Part 2 - Technical Specifications for full list.
Selection and Exclusion Criteria
Administrative and exclusion checks:tenderers must submit a Declaration on Honour (Annex 2) covering exclusion grounds under Article 138 of the Financial Regulation (bankruptcy, grave professional misconduct, fraud, corruption, money laundering, irregularities, tax/social security breaches, etc.). The contracting authority will consult the EU Early Detection and Exclusion System (EDES) and may request documentary evidence from the presumed successful tenderer. Selection criteria: legal and regulatory capacity (proof of registration), economic/financial capacity (average annual turnover over last two financial years: Lot 1 >= €60 000; Lot 2 >= €100 000 - consolidated assessment allowed), technical/professional capacity (at least one similar supply completed in last 3 years for each lot). Evidence may be requested during procedure; tenderers should prepare bank statements, profit & loss accounts, lists of supplies and completion details. Identified subcontractors relied upon to meet selection criteria or with >20% share must provide commitment letters (Annex 5.1) and be listed (Annex 4). Entities on whose capacities the tenderer relies must provide commitment letters (Annex 5.2).
Award Criteria and Pricing
Award method:lowest price per lot. For each lot the single award criterion is price (100%). Tenderers must submit a complete financial tender using the provided financial model (Annex 6). Financial tenders must provide breakdowns: supply & training, warranty & corrective maintenance per year for 4 years and total price. Financial offers must be in euros, excluding VAT, DDP Ispra. Total price field in eSubmission must match uploaded financial document; in case of discrepancy, the uploaded financial tender is binding. Tenderers must fill in yellow cells in the workbook and sign the financial forms where required. The contracting authority may detect and act on abnormally low tenders under Financial Regulation rules.
Application process and Tender Documents
All procurement documents (Invitation letter, Tender Specifications Part 1 and Part 2, Declaration on Honour, Financial offer forms for Lot 1 and Lot 2, Technical specifications, Draft contract, Annexes including Acceptance Form template, Safety and Environmental contractual clauses, customs procedure, Access rules to JRC Ispra) are published on the Funding & Tenders Portal opportunity page. Electronic submission is mandatory via eSubmission; a valid EU Login account (with 2-factor authentication from mid-2026) and an organisation PIC are required. Questions must be submitted via the Portal Q&A; contracting authority may stop replying to questions received after 13/05/2026 23:59 Europe/Rome. Maximum 200 files per submission; attachments must be < 50 MB each. See eSubmission Quick Guide and System Requirements for formats, browser recommendations (Chrome or Firefox) and technical instructions F&T Portal eSubmission Quick Guide.
- 1Documents required with tender (Annex 1): Declaration on Honour, identification and authorisation evidence, Agreement/Power of Attorney (for joint tenders), list of identified subcontractors (Annex 4) if any, commitment letters (Annex 5.1 / 5.2) where applicable, technical tender, financial tender (Annex 6).
- 2Administrative and selection evidence may be requested during procedure; the presumed successful tenderer will be required to provide evidence prior to award.
- 3All documents must be signed (qualified electronic signature recommended) or hand-signed and retained for five years.
Contract, Duration and Key Clauses
Contract type:direct supply contract per lot. Contract duration: maximum 55 months. Delivery & installation, tests, training and delivery of manuals and certifications: within 6–7 months from contract entry into force (detailed in Special Conditions). Warranty & corrective maintenance: 48 months from acceptance. The Draft Contract includes clauses on order of precedence, payments, invoicing, VAT exemptions for EU institutions, termination, liquidated damages for delay, confidentiality, liability, subcontracting rules, data protection (Regulation (EU) 2018/1725), checks and audits, and applicable law (Community/Union law and Italian law complementary). Safety (Annex VI) and environmental contractual clauses (Annex VII) apply on-site. Delivery terms: DDP Ispra (Incoterms 2020). Customs and entry procedures for goods to the JRC Ispra site are provided (Annex IV).
| Milestone | Date / Requirement |
|---|---|
| TED publication | 17/04/2026 |
| Deadline for questions | 13/05/2026 23:59 Europe/Rome |
| Deadline for tenders | 21/05/2026 17:00 Europe/Rome |
| Public opening (virtual) | 22/05/2026 11:00 Europe/Rome |
| Contract delivery lead time | Delivery to JRC Ispra within 6 months of contract entry into force |
| Warranty | 48 months from acceptance; corrective maintenance response within 1 week; repair within 1 month |
Templates and Application Forms
Templates referenced in the procurement documents (available as downloadable annexes on the Portal):
- Annex 1: List of documents to be submitted (defines where to upload each item in eSubmission).
- Annex 2: Declaration on Honour on exclusion and selection criteria (mandatory).
- Annex 3: Agreement/Power of attorney template for joint tenders (must be signed by all group members).
- Annex 4: List of identified subcontractors and proportion of subcontracting (to declare subcontractors above 20% and those relied upon).
- Annex 5.1: Commitment letter by identified subcontractor (model).
- Annex 5.2: Commitment letter by an entity on whose capacities is being relied (model).
- Annex 6: Financial tender form (Excel workbook for Lot 1 and Lot 2 – fill yellow fields, provide breakdowns by supply, training, year-by-year warranty & corrective maintenance).
- Tender specifications part 1 (administrative) and part 2 (technical): primary specification documents.
- Draft contract and Annex III Acceptance Form template: used for formal delivery and yearly warranty acceptance.
How to prepare a compliant tender (practical checklist)
- 1Register your organisation in the Participant Register and obtain a PIC. Ensure EU Login account is active and 2FA is prepared (EU Login two-factor methods described in Portal).
- 2Download and study all procurement documents on the Funding & Tenders Portal opportunity page (Invitation to tender, Tender specifications Part 1 & Part 2, Technical specifications, Draft contract, Financial offer forms, Annexes).
- 3Decide which lot(s) to bid for. Prepare separate technical and financial tenders per lot as required (upload separate files for each lot).
- 4Complete the Financial offer form (Annex 6 Excel) using the yellow cells; ensure totals match the Total amount field in eSubmission.
- 5Prepare mandatory administrative documents: Declaration on Honour (Annex 2); evidence of legal capacity (if requested); affidavits, signatures or power-of-attorney for signatories; list of subcontractors if applicable (Annex 4) and commitment letters (Annex 5.1 / 5.2) where required.
- 6In the technical tender include full responses to Technical Specifications (Lot-specific): instrument specifications (MCA resolution, PMT count, shielding details, software features), measured or guaranteed efficiencies and MDAs, figure of merit values and test reports, description of on-site test plan, installation and commissioning plan, training plan, spare parts list, maintenance & service SLA, delivery schedule and logistics plan for entry to JRC Ispra site (customs Annex IV).
- 7Sign documents with QES if available; otherwise hand-signed documents must be retained and available. Provide evidence of signatory authority as required.
- 8Upload everything to eSubmission well before the deadline. Verify file sizes (<50 MB), supported formats and total number of files (system supports up to 200 files).
- 9If questions arise, use the Portal Q&A (Create a question). Monitor the opportunity page for addenda, clarifications and Q&A.
- 10Attend the virtual public opening if desired (request attendance email to jrc-ispra-dir-j-procurement@ec.europa.eu at least 3 hours before the scheduled opening).
Procurement help and system requirements:use the eSubmission Quick Guide and F&T Portal system requirements. For technical issues contact the eSubmission Helpdesk. EU Login must be used to submit and to subscribe to the opportunity and to receive document updates F&T Portal eSubmission Quick Guide Funding & Tenders Portal Opportunity TED notice JRC Ispra site information. 1
Detailed summary: What is this opportunity about and how would you explain it?
This is an open electronic tender run by the European Commission’s Joint Research Centre (JRC) at the Ispra site to buy two laboratory-grade liquid scintillation counters and associated services. The procurement is split into two lots so suppliers can bid for one or both: a standard LSC (Lot 1) and a heavily shielded Pb LSC (Lot 2). Each lot requires supply of the instrument, latest acquisition and analysis software, delivery to the JRC Ispra site (DDP), installation and commissioning, on-site performance tests demonstrating the declared efficiencies, MDAs and figures of merit, training for up to six LMR staff, delivery of manuals and certification and a 48-month warranty including corrective maintenance and spare parts. The tender is awarded by lowest price among compliant offers per lot, subject to exclusion and selection checks (financial ratios and documented technical experience). Submission is electronic only via the EU Funding & Tenders Portal eSubmission; an EU Login account and organisational PIC are required. The tender documents include templates and mandatory forms (Declaration on Honour, financial worksheets, commitment letters for subcontractors or entities relied upon) and contract drafts with safety, environmental and data protection clauses. Delivery and on-site testing are to the LMR facility at JRC Ispra (Italy). The timetable shows publication in April 2026 and tender deadline in May 2026, with contract execution and delivery phases specified in the technical specifications. Suppliers must carefully comply with the technical minima (efficiencies, energy ranges, PMT configuration, shielding, sample capacity) and contractual conditions (warranty response times, installation and customs procedures) to be eligible and competitive.
Footnotes
- 1All procurement documents, templates and submission details are published on the Funding & Tenders Portal opportunity page at the link: ec.europa.eu
Short Summary
Impact Provide and maintain two laboratory-grade liquid scintillation counters to enable accurate, compliant radioactivity measurements and long-term operational support at the JRC Ispra facility. | Impact | Provide and maintain two laboratory-grade liquid scintillation counters to enable accurate, compliant radioactivity measurements and long-term operational support at the JRC Ispra facility. |
Applicant Suppliers with proven capabilities to manufacture, deliver, install, commission and service liquid scintillation counters (including heavy Pb shielding and multi‑PMT systems), perform on-site performance testing and calibration, and provide training and 48‑month corrective maintenance under EU/Italian safety and environmental rules. | Applicant | Suppliers with proven capabilities to manufacture, deliver, install, commission and service liquid scintillation counters (including heavy Pb shielding and multi‑PMT systems), perform on-site performance testing and calibration, and provide training and 48‑month corrective maintenance under EU/Italian safety and environmental rules. |
Developments Procurement and deployment of advanced liquid scintillation counting instrumentation and associated software, calibration standards, on-site testing, training and multi-year warranty/maintenance for radioactivity measurement laboratories. | Developments | Procurement and deployment of advanced liquid scintillation counting instrumentation and associated software, calibration standards, on-site testing, training and multi-year warranty/maintenance for radioactivity measurement laboratories. |
Applicant Type Profit SMEs/startups and large corporations that supply, service or distribute scientific and radioactivity measurement instrumentation. | Applicant Type | Profit SMEs/startups and large corporations that supply, service or distribute scientific and radioactivity measurement instrumentation. |
Consortium Single legal entities may apply (joint tenders/groups of economic operators are also permitted) — a single contact point must be appointed and members are jointly liable. | Consortium | Single legal entities may apply (joint tenders/groups of economic operators are also permitted) — a single contact point must be appointed and members are jointly liable. |
Funding Amount Total estimated procurement value €400,000 (Lot 1:€150,000; Lot 2: €250,000), excluding VAT. | Funding Amount | Total estimated procurement value €400,000 (Lot 1:€150,000; Lot 2: €250,000), excluding VAT. |
Countries Italy is explicitly relevant as the delivery and installation site (JRC Ispra); applicants must be from EU Member States or countries with procurement access under applicable agreements (e.g., GPA). | Countries | Italy is explicitly relevant as the delivery and installation site (JRC Ispra); applicants must be from EU Member States or countries with procurement access under applicable agreements (e.g., GPA). |
Industry Scientific instrumentation for nuclear safety / radioactivity monitoring and laboratory analytical equipment. | Industry | Scientific instrumentation for nuclear safety / radioactivity monitoring and laboratory analytical equipment. |
Additional Web Data
Opportunity Overview
The European Commission Joint Research Centre (JRC) is seeking suppliers for the supply and maintenance of two Liquid Scintillation Counters (LSCs) for the site laboratory of radioactivity measurements at the Ispra facility in Italy. This is an open procurement procedure divided into two separate lots, each available for independent bidding. The total estimated budget for both lots is €400,000 excluding VAT.
Procurement Details
Contracting Authority:European Commission, DG JRC - Joint Research Centre, Directorate J (Nuclear Decommissioning and Waste Management), Unit J.1 (Nuclear Facilities Management and Safe Conservation), located at Via Enrico Fermi 2749, Ispra (VA), Italy.
Procedure Type:Open procedure under Regulation (EU, Euratom) 2024/2509. Tenders must be submitted electronically via the EU Funding and Tenders Portal eSubmission system.
Tender Deadline:21 May 2026 at 17:00 (UTC+02:00) Central European Summer Time. Public opening of tenders will occur on 22 May 2026 at 11:00 (UTC+02:00).
Deadline for Questions:13 May 2026 at 23:59 (UTC+02:00). Questions must be submitted in writing through the Funding and Tenders Portal.
Lot Structure and Specifications
Lot 1: Standard Liquid Scintillation Counter:Estimated value €150,000 excluding VAT. Supply and maintenance of one liquid scintillation counter with standard specifications including multi-channel analyser (MCA) with minimum 0.50 keV resolution, temperature-controlled refrigeration, active and passive shielding systems, automatic sample changer with capacity for at least 40 vials of 20 mL volume, and counting efficiency of at least 95 percent for alpha particles and 60 percent for tritium and 95 percent for carbon-14 beta particles. Maximum dimensions 125 x 125 cm, maximum weight 800 kg, electric power 220-240 V AC with peak absorption less than 1 kW.
Lot 2: Heavy Lead Shielding Liquid Scintillation Counter:Estimated value €250,000 excluding VAT. Supply and maintenance of one liquid scintillation counter with heavy lead (Pb) shielding configuration featuring three or more photomultiplier tubes (PMTs), MCA with minimum 0.50 keV resolution, temperature-controlled refrigeration, active and passive shielding systems, automatic sample changer with capacity for at least 80 vials of 20 mL volume, and identical counting efficiency requirements as Lot 1. Minimum weight 700 kg, electric power 220-240 V AC.
Scope of Supply and Services
For both lots, the contractor must provide the following integrated package:
- Manufacturing and assembly of the liquid scintillation counter according to technical specifications
- Packaging and delivery to the JRC Ispra site with two weeks advance notice and written permission from JRC
- On-site assembly and installation of all components
- Execution of on-site tests demonstrating correct functionality and compliance with performance data sheets
- Training of six JRC-designated personnel with release of training attestations
- Delivery of comprehensive operation and maintenance manuals in English or Italian
- Provision of relevant conformity certificates including CE certificate
- Release of on-site test certificates
- Supply of one set of calibrated standards with sealed and unquenched samples of carbon-14 and tritium, plus one unquenched blank standard for background determination
- Warranty and corrective maintenance for 48 months including all spare parts
Contract Duration and Payment Terms
Total Contract Duration:55 months maximum from contract entry into force, comprising seven months for delivery, installation, on-site tests, training and documentation delivery, followed by 48 months of warranty and corrective maintenance.
Payment Structure:Interim payments are made upon successful completion of supply delivery and installation with acceptance form signature. Additional interim payments are made annually for each year of warranty performance (years 1-3). Final balance payment is made after successful completion of year 4 maintenance. All payments are made within 30 days of invoice receipt and acceptance form signature. Pre-financing is not applicable. Prices must be quoted in euros excluding VAT.
Delivery Location:DDP Ispra (Incoterms 2020) at European Commission, Joint Research Centre, Ispra site, Via E. Fermi 2749, Ispra (VA), Italy. Contractor bears all costs and risks of delivery.
Eligibility and Selection Criteria
Who Can Apply:Any natural or legal person, including sole traders, partnerships, consortia, and groups of economic operators. Participation is open on equal terms to all entities within the scope of EU Treaties, international organisations, and entities from third countries with special agreements with the EU or that have ratified the WTO Government Procurement Agreement.
Exclusion Criteria:Tenderers must not be subject to EU restrictive measures or in exclusion situations as defined in Article 138 of the Financial Regulation, including bankruptcy, breach of tax or social security obligations, grave professional misconduct, fraud, corruption, criminal offences, significant deficiencies in contract performance, or irregularities. Tenderers must declare non-exclusion through a Declaration on Honour.
Selection Criteria - Economic and Financial Capacity:Lot 1 requires average yearly turnover for the last two financial years above €60,000. Lot 2 requires average yearly turnover above €100,000. Evidence must be provided through profit and loss accounts for the last two closed financial years, or bank statements if accounts are unavailable. The most recent year must have closed within the last 18 months.
Selection Criteria - Technical and Professional Capacity:Tenderers must demonstrate experience in delivering similar supplies. Minimum requirement is at least one similar supply of comparable scope and complexity completed within the three years preceding the tender deadline. Evidence must include a list with delivery dates and supply details.
Legal and Regulatory Capacity:Tenderers must prove legal capacity to perform the contract and regulatory capacity to pursue the professional activity necessary for the work. Evidence is proof of enrolment in a relevant trade or professional register.
Award Criteria and Evaluation
Award Method:Lowest price. Tenders are ranked in ascending order of total price, with the lowest price tender ranked first. The contract is awarded to the tenderer with the lowest compliant price who meets all minimum requirements, is not subject to restrictive measures, has access to procurement, is not in an exclusion situation, and fulfils all selection criteria.
Evaluation Process:Evaluation includes verification of access to procurement, administrative compliance, non-exclusion status, selection criteria fulfilment, compliance with minimum requirements, and absence of restrictive measures. Tenders not meeting minimum requirements are rejected without further evaluation. Evidence of selection criteria may be requested at any time during the procedure, but is mandatory from the presumed successful tenderer before award decision.
Submission Requirements
Registration:All tenderers must register in the European Commission Participant Register to obtain a Participant Identification Code (PIC). Registration is free and can be reused for other EU calls.
Submission Method:Electronic submission only via the eSubmission system on the Funding and Tenders Portal. No other submission method is accepted. Tenderers must submit separate technical and financial tenders for each lot.
Required Documents:Declaration on Honour on exclusion and selection criteria (signed by authorised representative), evidence of authorisation to sign documents, technical tender addressing compliance with technical specifications, financial tender using the provided financial model, and commitment letters from any identified subcontractors or entities on whose capacity the tenderer relies. For joint tenders, an Agreement/Power of Attorney signed by all group members is required.
Language:Tenders may be submitted in any official EU language. All 24 official EU languages are supported by the system.
Signature:Documents must be signed with qualified electronic signature (QES) as defined in Regulation (EU) No 910/2014 (eIDAS Regulation), or by hand-written signature. Hand-written signatures require originals to be kept for five years from notification of procedure outcome or contract payment completion.
Special Conditions and Requirements
On-Site Tests:After assembly and installation at the JRC Ispra site, the contractor must execute on-site tests under JRC supervision to demonstrate correct functionality according to technical specifications. Tests must prove compliance with performance data sheets. On-site test certificates must be released by the contractor.
Warranty and Maintenance:Warranty covers 48 months from the date of acceptance form signature. The contractor must restore correct functionality within one month of JRC request, responding to requests within one week with intervention strategy proposals. All intervention costs are covered by the contractor except for misuse by JRC. If functionality is not restored within one month, JRC may perform interventions at contractor expense. All interventions must be agreed with JRC and performed during regular working hours (8:30-12:30 and 13:30-17:30). After each intervention, the contractor must provide documentation describing the nature, scope, replacements performed, and certification of correct functioning.
Safety and Environmental Compliance:Contractor personnel must comply with JRC Ispra site regulations, Italian health and safety legislation (D. Lgs 81/08 and amendments), and applicable environmental regulations. Personnel must be capable and competent for assigned work and healthy to perform duties. All machinery and equipment must comply with Italian and European health and safety legislation. Environmental considerations must be taken into account throughout the complete life cycle of supply provision.
Site Access:Contractor personnel must register with JRC security at least 20 days before work start, providing full names, dates and places of birth, nationality, profession, residence, recent photographs, and original Police/Criminal Records. JRC reserves the right to refuse access. Personnel must wear visible identification badges at all times. Normal working hours are Monday-Friday 8:30-12:30 and 13:30-17:30. Access to the site is granted between 7:00 AM and 8:00 PM.
Subcontracting:Subcontracting is permitted but identified subcontractors with individual shares above 20 percent or on whose capacity the tenderer relies must be declared with commitment letters. Changes to identified subcontractors after tender submission require prior written approval from JRC. The contractor remains fully liable for contract performance.
Joint Tenders:Groups of economic operators may submit joint tenders. All group members are jointly and severally liable for contract performance. A group leader must be appointed as single contact point. Changes in group composition after tender submission are not permitted except in cases of merger, takeover, or removal of members subject to restrictive measures or exclusion situations, subject to cumulative conditions.
Applicable Law and Dispute Resolution
Governing Law:The contract is governed by Community and Union law, complemented where necessary by Italian law. The UN Convention on Contracts for the International Sale of Goods (CISG) is excluded.
Jurisdiction:The courts of Varese have exclusive jurisdiction over any dispute regarding the validity, interpretation, performance or termination of the contract.
Review Procedures:The Court of Justice of the European Union is the review organisation. Further information on review procedures is available from the European Commission, DG JRC - Joint Research Centre.
Contact Information and Documentation
Procurement Contact:European Commission, DG JRC - Joint Research Centre, Email: jrc-ispra-dir-j-procurement@ec.europa.eu
Portal Access:All procurement documents, tender specifications, financial models, and submission instructions are available on the EU Funding and Tenders Portal at the tender details page. Subscription to the call for tenders is recommended to receive notifications of updates and new documents.
Key Documents:Tender Specifications Part 1 (Administrative), Tender Specifications Part 2 (Technical), Draft Contract with General and Special Conditions, Declaration on Honour template, Financial Offer Forms for each lot, Agreement/Power of Attorney template for joint tenders, and various annexes including Safety Contractual Clauses, Environmental Contractual Clauses, and Customs Procedures.
Key Dates Summary
| Event | Date and Time |
|---|---|
| Tender Publication | 17 April 2026 |
| Deadline for Questions | 13 May 2026 at 23:59 (UTC+02:00) |
| Tender Submission Deadline | 21 May 2026 at 17:00 (UTC+02:00) |
| Public Opening of Tenders | 22 May 2026 at 11:00 (UTC+02:00) |
| Tender Validity Period | 6 months from submission deadline |
| Contract Duration | 55 months maximum |
This procurement represents a significant opportunity for suppliers of specialized laboratory equipment with experience in liquid scintillation counting technology. The two-lot structure allows flexibility for suppliers to bid on one or both lots. The comprehensive scope including supply, installation, training, and four-year maintenance ensures a long-term partnership with the European Commission's research infrastructure. Prospective bidders should carefully review all technical specifications, contractual conditions, and site-specific requirements before submission.
Sources
- 1developmentaid.org
- 2joint-research-centre.ec.europa.eu
- 3coherentmarketinsights.com
- 4ec.europa.eu
- 5oecd-nea.org
- 6globalinsightservices.com
- 7tendersinfo.com
- 8data.jrc.ec.europa.eu
- 9cordis.europa.eu
- 10madeinamerica.gov
- 11data.jrc.ec.europa.eu
- 12openpr.com
- 13resources.revvity.com
- 14data.jrc.ec.europa.eu
- 15resources.revvity.com
Update Log
No updates recorded yet.
Discover with AI
Let our intelligent agent help you find the perfect funding opportunities tailored to your needs.
EU Grant Database
Explore European funding opportunities in our comprehensive, up-to-date collection.
Stay Informed
Get notified when grants change, deadlines approach, or new opportunities match your interests.
Track Your Favorites
Follow grants you're interested in and keep them organized in one place. Get updates on changes and deadlines.
Wartung und Instandhaltung im Bereich der Mess-, Steuer- und Regeltechnik der technischen Anlagen im JRC Karlsruhe
The European Commission Joint Research Centre (JRC) Karlsruhe has published tender EC-JRC/KRU/2026/OP/0350 for maintenance, repair, modification and calibration services of measurement, control and regulation technology at the JRC Karlsr...
Servizi di Manutenzione Integrata degli Impianti Tecnici
The European Commission Joint Research Centre (JRC) has published an open tender (EC-JRC/IPR/2025/RP/5268) for integrated preventive and corrective maintenance services at the JRC Ispra site, including work in classified nuclear zones co...
Supply of double filaments for the operation of the mass spectrometry in Karlsruhe and in La Hague (LSS)
The European Commission Joint Research Centre (JRC) in Karlsruhe has published an open tender (EC-JRC/KRU/2026/OP/0004) for the supply of rhenium and tungsten double filament holders and extraction plates compatible with Finnigan MAT26X,...
Manutenzione veicoli di servizio con peso complessivo non superiore a 3500kg di proprietà della Commissione Europea – Centro Comune Ricerca - JRC - Sito di Ispra
Open tender by the Joint Research Centre (JRC) Ispra for provision of ordinary, extraordinary and scheduled maintenance, external washing and internal cleaning/sanitation of Commission-owned vehicles with gross vehicle mass up to 3,500 k...
Supply of Reinforced Concrete Containers and Metallic Drums Fabrication Plants for radioactive waste management in Armenia
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...
NL-Petten: Integrated Petten entrance (IPE), exterior security measures
Open tender EC-JRC/PTT/2026/OP/0492 invites bids for delivery, installation, testing and commissioning of exterior security measures for the Integrated Petten Entrance (IPE) at JRC Petten, including hostile vehicle mitigation bollards, v...
Provision of General Maintenance at EUAA Premises in Italy (Buildings and containers). Lot 1 in Northern and Central Italy. Lot 2 - South of Italy
The European Union Agency for Asylum (EUAA) has published an open tender (EUAA/MLA/2026/OP/0010, TED ref. 82/2026 291530-2026) to award two single-award framework contracts for preventive, corrective and emergency maintenance of building...
Bâtiments : Inspections en gros-œuvre et second-œuvre ; Contrôle technique ; Analyses par laboratoire agréé
Open procedure tender CDR/2026/OP/0007 led by the Committee of the Regions with the European Economic and Social Committee for a single framework agreement covering three service lots: building inspections (structure and finishes), speci...
EEA/DTL/R0/26/003 - Provision of consultancy services for delivering derived geospatial products (“instances”) from the CLCplus Core database
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...
Fornitura di carni rosse, carni bianche, uova e suoi derivati e Fornitura di pesce fresco, congelato e conservato per la mensa e il Clubhouse (Prima fase del sistema d’acquisto dinamico)
The European Commission's Joint Research Centre (JRC) in Ispra, Italy, has issued a call for tenders (OIB/IPR/2023/CEI/0002) for the procurement of food supply services. This procurement, categorized under a dynamic purchasing system, is...
Services de contrôle des règles sanitaires en matière de production et de distribution d'aliments et de boissons dans les bâtiments du SGC de l'Union Européenne à Bruxelles et pour les réunions du Conseil à Luxembourg
The Secrétariat général du Conseil de l'Union européenne (CONSILIUM/2026/OP/0005, TED ref 80/2026 283503-2026) is procuring a framework agreement of up to 48 months for food safety control services comprising hygiene audits, HACCP verifi...
Servicios de gestión de almacenes, inventario continuo, mudanzas e inventario general
The European Union Intellectual Property Office (EUIPO) has published tender EUIPO/2025/OP/0033 for Lot 1 covering warehouse management, continuous inventory control and removals at its Alicante headquarters with publication in the OJEU...