Supply of double filaments for the operation of the mass spectrometry in Karlsruhe and in La Hague (LSS)

Overview

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, TI-Box and Triton TIMS for delivery to JRC Karlsruhe (DE) and La Hague (FR). The procurement is a single-contractor framework agreement with a ceiling of €350,000 and a maximum duration of 48 months (initial 12 months plus up to three 12-month renewals). Electronic tenders must be submitted via the EU Funding & Tenders Portal eSubmission by 03 June 2026 at 09:00 Europe/Berlin and the contract will be awarded on the basis of the lowest compliant price. Deliveries are DDP with specific packaging and glove-box size constraints and suppliers must meet the technical, quality, exclusion and selection requirements (including minimum turnover and prior similar supplies) set out in the tender documents.

Partner Search

Find collaboration partners for this call

Your Profile
👤
Your country

What You Offer

Describe your expertise here...

You Are Looking For

Describe what you seek here...

Sign In

Highlights

What is funded

Supply of rhenium and tungsten double-filament holders and extraction plates used in Finnigan MAT26X, TI-Box and Triton thermal ionisation mass spectrometers for JRC Karlsruhe (Germany) and the on-site laboratory at La Hague (LSS), France.

Who can apply

Open procedure for economic operators (natural or legal persons) established in eligible countries under the EU Treaties and applicable international procurement agreements. Registration in the EU Participant Register (PIC) and electronic submission via the Funding & Tenders Portal / eSubmission are required.

Contract type and duration:Single framework agreement (one contractor). Maximum duration 48 months; initial period 12 months with up to 3 annual renewals.

Estimated value:Framework ceiling €350,000 (estimated total value for the duration).

Key submission facts

  1. 1Submission method: electronic via eSubmission (EU Login required).
  2. 2Deadline for receipt of tenders: 03 June 2026, 09:00 (Europe/Berlin).
  3. 3Public opening: 03 June 2026, 11:00 (Europe/Berlin).
  4. 4Clarification cut-off: contracting authority not bound to reply after 26 May 2026 23:59 (Europe/Berlin).

Award and requirements

Open procedure, award by lowest price. Tenders must meet the technical specifications and selection/exclusion requirements in the procurement documents; subcontracting is allowed and some subcontractors must be identified. Compliance with EU procurement and data protection rules is mandatory.

Where to find documents and submit:All procurement documents, templates and electronic submission are on the Funding & Tenders Portal: subscribe to the call to receive updates F&T Portal Tender Page 1.

Procurement IDEC-JRC/KRU/2026/OP/0004
Estimated value€350,000
Procedure typeOpen; framework agreement
SubmissioneSubmission (EU Login)

Footnotes

  1. 1Portal page contains invitation, draft contract, technical specifications, financial forms and Q&A. Use eSubmission for electronic tenders: Funding & Tenders Portal.

Find a Consultant to Support You

Breakdown

Opportunity summary

The European Commission, Directorate-General Joint Research Centre (DG JRC) — JRC Karlsruhe (contracting authority) has published an open procedure to conclude a single-framework supply contract for double-filament holders (with attached rhenium or tungsten filaments) and extraction plates used in thermal ionisation mass spectrometers (TIMS): Finnigan MAT26X, TI-Box and Triton. The contract is intended to cover deliveries to two locations: JRC Karlsruhe (Eggenstein-Leopoldshafen, Germany) and the on-site laboratory at La Hague, France (LSS). The estimated total value for the 48-month framework is €350 000 (ceiling). The contract duration is up to 48 months (initial 12 months with up to three 12-month renewals). Award method: lowest price. Framework agreement without reopening of competition. The public opening of tenders is scheduled 03/06/2026 11:00 Europe/Berlin and the tender submission deadline is 03/06/2026 09:00 Europe/Berlin; electronic submission via eSubmission is mandatory. All procurement documentation and annexes are published on the Funding & Tenders Portal.

TED reference / Procedure ID:TED reference 284607-2026; Procedure identifier EC-JRC/KRU/2026/OP/0004; Primary publication date 27/04/2026.

Estimated contract value and ceiling:Estimated total value: €350 000 (framework ceiling for the full duration). This is an indicative procurement ceiling; actual orders are placed as specific contracts or order forms under the framework.

Contracting authority and locations:European Commission, DG JRC - Joint Research Centre, JRC.R.4 Operations and Support Management Karlsruhe. Delivery locations: JRC Karlsruhe site (Hermann-von-Helmholtz-Platz 1, Building 811, 76344 Eggenstein-Leopoldshafen, Germany) and on-site laboratory at La Hague (LSS), France (delivery address published in technical specifications).

Detailed scope and technical summary

Purpose:procure rhenium (Re) and tungsten (W) double-filament holders (double filaments already attached to holders) and extraction plates that fit the sample magazine and are compatible with Finnigan MAT26X, TI-Box and Triton thermal ionisation mass spectrometers. Items must meet minimum technical characteristics and packaging constraints described in the Technical Specifications (Tender Specifications Part 2).

  1. 1Item A: Double filament holders with Rhenium filament attached. Specification: filament thickness 0.04 mm, width 0.7 mm ±1%, standard quality Re (99.98% Re). Quantity estimate over 1 year: 250 boxes × 15 pieces per box (total per year 3 750 pieces). Distribution: approx. 75 boxes to LSS (France) and 175 boxes to JRC Karlsruhe (Germany) in partial deliveries.
  2. 2Item B: Double filament holders with Tungsten filament attached. Specification: same filament physical dimensions and tolerances as Re filaments. Quantity estimate and distribution: same as Item A (250 boxes × 15 pieces; 75 boxes to LSS; 175 to Karlsruhe).
  3. 3Item C: Extraction plates. Boxes containing 15 extraction plates each. Annual estimate: 250 boxes (distribution the same: 75 boxes to LSS; 175 boxes to Karlsruhe).

Packaging constraint:transport boxes for filaments (Re and W) must fit glove-box entry and not exceed diameter 165 mm and maximum length 20 cm; boxes must be stackable to reduce waste/volume. Delivery times: each order must be delivered within 2 months after order placement; the contractor must notify delivery date at least 10 days in advance; deliveries only during working hours (08:00–15:30 local time) and on Commission/France working days for the respective site.

Procurement and contract model

Contract form:single framework contract concluded with one contractor; award based on lowest price (total price for the financial tender). The framework ceiling is €350 000 and the maximum contract duration is 48 months (initial 12 months plus up to three 12-month renewals). Specific contracts (order forms) will be placed under the framework as required. The draft framework contract and sample order form are in the procurement documents. The contracting authority is not obliged to order the full estimated volume.

Procurement procedure and submission

Procedure type:Open procedure. Submission method: electronic submission exclusively via the European Commission eSubmission system (EU Login account is required). Tender language: any official EU language; procurement documents published in English (English version prevails). Tender validity: tenders must remain valid for 6 months. Deadline for receiving tenders: 03/06/2026 09:00 Europe/Berlin. Public opening: 03/06/2026 11:00 Europe/Berlin (virtual opening session, max two representatives per tender can attend after email request). Deadline for requesting additional information: 26/05/2026 23:59 Europe/Berlin. Contract award method: lowest price; evaluation and award only after administrative, exclusion and selection checks.

Documents published (examples):Invitation to tender / ITT; Tender specifications – administrative part (Part 1); Technical specifications (Part 2); Financial offer form (Annex 6 / Financial model); Declaration on Honour template; Draft framework contract. All documents available on the Funding & Tenders Portal opportunity page (link in procurement notice).

Download and portal details

All procurement documents are available on the Funding & Tenders Portal opportunity page:ec.europa.eu. eSubmission technical requirements: accepted browsers (latest Chrome or Firefox), file types, maximum attachments size (50 MB per file), max number of uploaded files per submission 200. PIC (Participant Identification Code) is mandatory for tender submission. From 30 June 2026 EU Login requires two-factor authentication 1.

MilestoneDate / Time (Europe/Berlin)
TED publication / F&T Portal publication27/04/2026
Deadline for questions26/05/2026 23:59
Submission deadline (eSubmission)03/06/2026 09:00
Public opening (virtual)03/06/2026 11:00

Procurement eligibility and compliance requirements

Eligible participants:any natural or legal person, international organisations and economic operators from countries covered by the EU procurement rules and applicable international procurement agreements (GPA). Tenderers, group members, subcontractors and other involved entities must not be subject to EU restrictive measures and must not be in any exclusion situation (as per Financial Regulation Article 138). Participant Register (PIC) registration is mandatory. The procurement is subject to the Financial Regulation and to JRC administrative and audit provisions (checks, EDES registration if exclusion situations apply). Compliance with EU environmental, social and labour law obligations and data protection rules is mandatory throughout contract performance.

  1. 1Exclusion evidence: Declaration on Honour (Annex 2) must be submitted with the tender; supporting documents may be requested.
  2. 2Selection evidence: legal capacity (proof of registration in trade/professional register), economic/financial capacity (average annual turnover > €175 000 for last two closed years, consolidated assessment), technical capacity (at least two similar supplies in last three years), quality management system evidence (ISO 9001:2015 or equivalent), and other documentation as requested.
  3. 3Insurance and liability: contractor responsible for transport insurance and for compliance with security and safety rules; contractual liability and insurance to be provided as required in draft contract.

Evaluation, award and contract management specifics

Award is on the basis of the lowest total price covering all contract requirements; tenders will first be checked for administrative compliance, exclusion, and selection. Only tenders fulfilling minimum technical requirements will be evaluated. The contracting authority may request clarifications and missing supporting documents; such requests will not allow substantial modification of tenders. The framework contract will be signed with the winner and specific contracts or order forms will be placed under it. Payments, invoicing (electronic invoicing via Funding & Tenders Portal or PEPPOL is supported) and delivery procedures are defined in the draft contract and tender specifications.

Delivery INCOTERMS and logistics:Deliveries under DDP (Delivered Duty Paid). Contractor responsible for packaging, shipping, transport insurance and costs to the specified addresses at JRC Karlsruhe and at the La Hague on-site laboratory (LSS). Transport boxes for filaments must meet glovebox entry size limits.

Key compliance & acceptance terms

Final technical acceptance:visual inspection at receipt and contractual conformity check; the contracting authority will issue final technical acceptance within contractual timeframes (standard one month unless specified otherwise); warranty: two-year minimum warranty for manufacturing and material defects unless technical specs state otherwise; insufficient quality criteria example: if during filament heating vacuum drops below 1×10^-6 mbar and Re signal not observed for W-Re assemblies at heating current of 5000 mA, material is considered non-conforming and will be returned at supplier cost (items used for testing and contaminated with U/Pu are treated as nuclear waste and not returned).

Answers to structured categorisation questions

  1. 1Eligible Applicant Types: startup, SME, large enterprise, university, research institute, nonprofit, government entities and international organisations, joint ventures or consortia. Submission as sole tenderer or joint tender is permitted; subcontracting allowed. Entities must have legal capacity to trade and meet exclusion/selection criteria.
  2. 2Funding Type: procurement supply contract (public procurement) resulting in a framework agreement (supply contract) with payment for delivered goods. This is not a grant, loan or equity instrument.
  3. 3Consortium Requirement: single tenderer or consortium allowed; framework will be concluded with one contractor. Joint tenders are allowed and must appoint a group leader and sign an Agreement/Power of Attorney (Annex 3).
  4. 4Beneficiary Scope (Geographic Eligibility): open to economic operators covered by the EU Treaties and by international agreements in procurement (GPA). Deliveries to Germany (JRC Karlsruhe) and France (La Hague LSS).
  5. 5Target Sector: laboratory consumables and equipment for mass spectrometry; targeted thematic sectors include nuclear safety & safeguards, analytical laboratory consumables, mass spectrometry instrumentation supplies.
  6. 6Mentioned Countries: Germany (JRC Karlsruhe site, Eggenstein-Leopoldshafen), France (La Hague LSS). Contracting authority: European Commission (JRC).
  7. 7Project Stage: operational procurement for routine measurement operations: supply for ongoing laboratory analysis (operational/maintenance stage supporting routine analysis; TRL not applicable).
  8. 8Funding Amount: estimated framework ceiling €350 000 for the entire contract period (up to 48 months). Individual order values will depend on specific contracts / order forms.
  9. 9Application Type: open call / open procedure; electronic submission via eSubmission (Funding & Tenders Portal).
  10. 10Nature of Support: monetary payments to supplier upon delivery and invoice settlement (purchase of goods). Not a voucher or services-only support. The contractor receives payments for supplies delivered under the framework.
  11. 11Application Stages: single-stage tender submission; evaluation includes administrative, exclusion, selection and award evaluation steps (effectively 1 primary submission stage with downstream checks).
  12. 12Success Rates: not published. Procurement award based on lowest compliant price; success rate depends on number of bidders and compliance with selection/exclusion criteria (typical public procurement competitive environment).
  13. 13Co-funding Requirement: no co-funding required; procurement is purchases from budgeted funds of the contracting authority. Supplier bears costs for packaging, transport insurance and compliance but is paid contract price (DDP, price excluding VAT).

Application / tender templates and required forms (structure)

Procurement package provides structured template documents which tenderers must use and upload in eSubmission. Required forms and where to attach in eSubmission (see Annex 1 of Tender Specifications):

  1. 1Declaration on Honour on exclusion and selection criteria (Annex 2) — must be signed by the legal representative and uploaded under Parties > Identification > Attachments > Declaration on Honour.
  2. 2Evidence of legal capacity (company registration / trade register extract) — upload under Parties > Identification > Attachments > Legal and regulatory capacity (if requested or upon validation request).
  3. 3Agreement/Power of Attorney (Annex 3) — required for joint tenders: signed agreement among group members appointing the group leader; upload in group leader section Parties > Attachments > Other documents.
  4. 4List of identified subcontractors (Annex 4) and commitment letters from identified subcontractors (Annex 5.1) or from entities on whose capacities the tenderer relies (Annex 5.2) — upload in Parties section for the concerned entities.
  5. 5Financial tender / Financial model (Annex 6) — the financial offer must be completed using the provided financial model and uploaded under Tender Data > Financial Tender. The total amount must be typed in the eSubmission 'Total amount' field and must match the uploaded financial tender.
  6. 6If requested later: supporting evidence for selection criteria (turnover statements, quality certificates such as ISO 9001, lists of relevant contracts/projects), insurance certificates and bank statements may be requested by EU Validation Services or by the contracting authority during evaluation.

Signature and submission rules:documents requiring signature should be signed with a qualified electronic signature (QES) where possible; hand-signed copies accepted but originals must be retained by tenderer for five years. The Personal Identification Code (PIC) is mandatory. Only one tender per tenderer is considered (latest submitted if multiple). Variants are not allowed. Late tenders will be rejected.

Technical & quality specifics (must be reproduced by applicant)

Minimum technical requirements (applicants must ensure offered items meet all minimum requirements set in the Technical Specifications - Tender Specifications Part 2):

  1. 1Double filament holders with attached Rhenium filament: supplied filament thickness 0.04 mm; width 0.7 mm ±1%; Rhenium purity standard quality 99.98% Re. Filaments must be compatible with Finnigan MAT26X, TI-Box and Triton TIMS sample magazines and mounting assemblies as per service manuals.
  2. 2Double filament holders with attached Tungsten filament: same physical dimensions tolerances (0.04 mm × 0.7 mm ±1%). Tungsten filaments must be supplied to the same compatibility standard.
  3. 3Extraction plates: compatible with the above TIMS and sample magazines; supplied in boxes of 15 pieces.
  4. 4Transport box dimensions: to allow glove-box entry, max diameter 165 mm and maximum length 20 cm; boxes must be stackable; designed to minimise waste and to be suitable for handling in glove boxes.
  5. 5Packaging, labelling and delivery: each crate/kist must include clear label with contracting authority name and delivery address, tenderer, content description, delivery date and order number. Packaging must protect the filaments and prevent contamination.
  6. 6Quality assurance: tenderer must demonstrate a Quality Management System (e.g. ISO 9001:2015) or equivalent; if joint tender or subcontracting applies, demonstration that QM procedures will be applied across involved entities must be provided.
  7. 7Acceptance criteria: on arrival visual inspection and functionality test; insufficient quality example: during filament heating in TIMS vacuum drops below 1×10^-6 mbar and Re signal not observed for W-Re assemblies at heating current of 5000 mA — such materials are non-conforming and will be returned at supplier cost (except units used for testing contaminated with U/Pu which go to nuclear waste).

Logistics, delivery timing and payment

Delivery timeline:deliveries are expected to be staged during the 48-month contract according to need and stock levels at each site; standard delivery timeframe after order: within two months. Deliveries must be notified minimally 10 days prior to arrival. All deliveries DDP to the delivery addresses in Germany and France (detailed in Technical Specifications). Payment: invoicing in EUR, prices must be quoted excluding VAT (EU institutions are VAT-exempt). Electronic invoicing via the Funding & Tenders Portal or PEPPOL receiver ID 5425025839704 is supported. Standard payment term: 30 days after receipt and approval of invoice and delivery documents (further details in draft contract and tender specifications). The contracting authority may offset established debts to the Union against payments under the contract.

Evaluation scoring and award

Award criterion:Price 100% (lowest total price meeting all requirements). Tenders will be ranked ascending by total evaluated price. Non-compliant tenders (not meeting mandatory technical minima, exclusion or selection failures) will be rejected. The contracting authority may reject abnormally low tenders.

Practical steps for applicants (checklist)

  1. 1Register organisation in Participant Register and obtain PIC.
  2. 2Ensure EU Login account and set up two-factor authentication (2FA) as required; note that 2FA becomes mandatory across 2026; test eSubmission access in advance 1.
  3. 3Download all procurement documents from the F&T Portal opportunity page and study the draft contract, technical specs, financial model and declaration templates.
  4. 4Prepare Declaration on Honour (Annex 2) and other required documents (legal registration, proof of turnover, project references, quality certificate) or be ready to provide them on request.
  5. 5Complete the financial tender using the provided financial model (Annex 6) and ensure the total amount in the eSubmission form matches the uploaded financial tender.
  6. 6Upload documents according to Annex 1 mapping and submit via eSubmission before deadline.
  7. 7If intending to rely on subcontractors or other entities, include Annex 4 list and Annex 5.1/5.2 commitment letters for identified subcontractors/entities or be ready to provide them when requested.

What this opportunity is about — summary and strategic explanation

This procurement is a practical operational purchase to secure a stable supply line for single-use consumables required for thermal ionisation mass spectrometry measurements at two European Commission JRC laboratories (Karlsruhe and La Hague). Double-filament holders with attached Rhenium and Tungsten filaments and the associated extraction plates are critical consumables for TIMS operation used in routine uranium and plutonium isotope ratio measurements for nuclear safeguards, safety and analytical tasks. The JRC seeks a single reliable supplier who can meet regular staged deliveries over a multi-year framework, guaranteeing compatibility with specified TIMS models, compliance with quality and packaging constraints (including glove-box compatible transport packaging), and delivering the lowest compliant price. The procurement is run under EU public procurement rules with administrative, exclusion and selection screening, and award by lowest price. Suppliers must be registered in the Participant Register, submit tenders via eSubmission and follow the templates and submission rules provided in the procurement pack. The framework agreement does not oblige the contracting authority to order the maximum ceiling; orders will be placed via specific contracts / order forms during the contract term.

Footnotes

  1. 1From 30 June 2026 EU Login will require two-factor authentication for access to eSubmission and the Funding & Tenders Portal. Applicants are advised to register and activate two-factor authentication methods (EU Login mobile app, security key, trusted platform, passkey or national eID) early to avoid access or submission issues. Guidance and step-by-step instructions are available on the F&T Portal and EU Login documentation pages.

Short Summary

Impact

Ensure a reliable, multi-year supply of glovebox‑compatible double‑filament holders and extraction plates so JRC laboratories can perform uninterrupted uranium and plutonium isotope‑ratio TIMS analyses for safeguards and routine operations.

Applicant

A supplier able to manufacture and deliver Re and W double‑filament holders and extraction plates meeting TIMS compatibility and strict QA (ISO 9001 or equivalent), handle DDP logistics to two EU sites, and comply with EU procurement/exclusion rules and safety/export requirements.

Developments

Production and staged delivery of rhenium and tungsten double‑filament holders (filament 0.04 mm × 0.7 mm, Re purity ≈99.98%) and compatible extraction plates, packaged in glovebox‑sized, stackable transport boxes for Finnigan MAT26X, TI‑Box and Triton TIMS.

Applicant Type

Profit entities (SMEs/startups and large corporations) that manufacture or supply specialised mass‑spectrometry consumables and have proven technical and logistical capacity.

Consortium

Single contractor framework is expected (the framework will be awarded to one supplier), though joint tenders are allowed; the agreement will be concluded with a single economic operator.

Funding Amount

Framework ceiling €350,000 (total maximum value for the whole contract period up to 48 months).

Countries

Deliveries to Germany (JRC Karlsruhe) and France (La Hague); eligible tenderers must be established in EU Member States, EEA countries or countries covered by relevant international procurement agreements.

Industry

Laboratory consumables for mass spectrometry with a focus on nuclear safety & safeguards / analytical laboratory supplies.

Additional Web Data

Opportunity Overview

This is an open tender procedure for the supply of double filament holders and extraction plates used in thermal ionisation mass spectrometers (TIMS). The contracting authority is the European Commission, Directorate-General Joint Research Centre (JRC) located in Karlsruhe, Germany. The procurement is structured as a framework agreement with a maximum contract value of €350,000 and a duration of 48 months.

Procurement Details

Procedure Reference:EC-JRC/KRU/2026/OP/0004

Procedure Type:Open procedure with framework agreement (single contractor, no reopening of competition)

Publication Date:27 April 2026

Tender Deadline:03 June 2026 at 09:00 Berlin time (public opening at 11:00 Berlin time)

Questions Deadline:26 May 2026 at 23:59 Berlin time

What is Being Procured

The JRC requires the supply of consumable components for thermal ionisation mass spectrometers used for uranium and plutonium isotope ratio measurements. Specifically, the procurement includes rhenium and tungsten double filament holders and extraction plates compatible with Finnigan MAT26X, TI-Box, and Triton mass spectrometers. These components are essential for routine analytical measurements at two locations: JRC Karlsruhe in Germany and the on-site laboratory at La Hague in France.

Deliverables

  • 250 boxes containing 15 pieces of double filament holders with rhenium filament attached (0.04 mm thick, 0.7 mm wide, 99.8% purity standard quality)
  • 250 boxes containing 15 pieces of double filament holders with tungsten filament attached (0.04 mm thick, 0.7 mm wide)
  • 250 boxes containing 15 extraction plates

Annual distribution is estimated as approximately 75 boxes per location (La Hague) twice per year and 175 boxes to Karlsruhe three times per year. Transport boxes must not exceed 165 mm diameter and 20 cm maximum length to fit into glove boxes, and should be easily stackable for waste reduction.

Funding and Budget Information

Maximum Contract Value:€350,000 (ceiling for all purchases under the framework agreement including all renewals)

Award Criterion:Lowest price (100% weighting)

Currency:Prices must be quoted in EUR, free of all duties, taxes and charges including VAT. The European Commission is exempt from VAT under EU law.

Contract Duration and Terms

Initial Duration:12 months from entry into force

Maximum Total Duration:48 months including automatic renewals

Automatic Renewal:The framework agreement will be automatically renewed up to 3 times for 12 months each, unless either party provides written notice of non-renewal at least 3 months before the end of each contract period.

Delivery Terms:Incoterms DDP (Delivered Duty Paid). Delivery must occur within 2 months after order placement, between 08:00 and 15:30 hours on working days.

Payment Terms:30 days after invoice receipt and approval of delivered goods. No pre-financing or performance guarantees are required.

Eligibility and Selection Criteria

Who Can Apply

This is an open procedure accessible to all natural and legal persons established in EU Member States, EEA countries, or countries with special agreements with the EU on public procurement (including WTO Government Procurement Agreement signatories). Participation is open on equal terms to all economic operators. Tenderers must not be subject to EU restrictive measures.

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 required includes proof of enrolment in a relevant trade or professional register.

Economic and Financial Capacity

Minimum requirement:Average yearly turnover of the last two financial years above €175,000. Evidence must include profit and loss accounts and balance sheets for the last two years (most recent year closed within last 18 months), or appropriate bank statements. This evidence does not need to be provided with the tender but may be requested at any time during the procedure.

Technical and Professional Capacity

Tenderers must demonstrate capability to carry out supplies with competence and expertise in mass spectrometry and related equipment. Minimum requirement: At least two similar supplies completed in the last three years preceding the tender submission deadline. Evidence must include a list of projects with start and end dates, total project amount and scope, role, and amount invoiced.

Tenderers must also demonstrate capacity to employ quality assurance measures compliant with ISO 9001:2015 or equivalent quality management system. Evidence can include certification by an independent body or proof that goods are produced in accordance with industrial quality standards. Alternatively, a description of equivalent quality assurance measures may be submitted.

Exclusion Criteria

Tenderers must not be in any exclusion situation as defined in Article 138 of the EU Financial Regulation, including bankruptcy, breach of tax or social security obligations, grave professional misconduct, fraud, corruption, or other criminal offences. A Declaration on Honour on exclusion and selection criteria must be submitted with the tender.

Submission Requirements

Submission Method:Electronic submission only via eSubmission system on the EU Funding and Tenders Portal. No paper submissions accepted.

Submission Portal:EU Funding and Tenders Portal

Registration Requirement:Each economic operator must register in the Participant Register to obtain a Participant Identification Code (PIC). Registration is free and can be reused for other EU calls.

Languages Accepted:All 24 official EU languages are accepted for tender submission

Documents to Submit

  • Declaration on Honour on exclusion and selection criteria (mandatory with tender)
  • Evidence of legal capacity (proof of enrolment in professional register)
  • Financial tender using the provided Financial Offer Form (mandatory)
  • Evidence of authorization to sign documents (for representatives)
  • Agreement/Power of attorney (if joint tender)
  • List of identified subcontractors and proportion of subcontracting (if applicable)
  • Commitment letters from subcontractors or entities on whose capacity tenderer relies
  • Evidence of economic and financial capacity (may be requested later)
  • Evidence of technical and professional capacity (may be requested later)

All documents must be signed with a qualified electronic signature (QES) as defined in Regulation (EU) No 910/2014 (eIDAS Regulation), or alternatively with a hand-written signature. The original of hand-signed documents does not need to be submitted but must be retained for five years.

Tender Evaluation and Award

Tenders will be evaluated in the following order:verification of access to procurement, administrative compliance check, verification of non-exclusion, selection criteria assessment, compliance with minimum requirements, and award criteria evaluation. Tenders not complying with minimum requirements will be rejected. The contract will be awarded to the tender with the lowest price that meets all requirements and is submitted by a tenderer not subject to restrictive measures, having access to procurement, not in an exclusion situation, and fulfilling selection criteria.

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

Delivery Locations

Supplies must be delivered to two locations under DDP (Delivered Duty Paid) Incoterms 2020:

  • JRC Karlsruhe: European Commission - JRC Karlsruhe, Hermann-von-Helmholtz-Platz 1, Building 811, D-76344 Eggenstein-Leopoldshafen, Germany
  • La Hague: IDEA logistique, rupture de charge pour ORANO La Hague, LSS, point de livraison 570, Les landes de Raumarais, Z.I. de Digulleville, Orano La Hague, F-50440 Digulleville, France

Quality and Warranty Requirements

Delivered goods must meet minimum quality standards. Insufficient quality is defined as:during heating of filaments in the thermal ionisation mass spectrometer, if vacuum drops below 10e-6 and the Rhenium (Re) signal does not occur for Tungsten (W)-Re assemblies at a heating current of 5000 mA. If quality is not met, materials will be returned (except contaminated test samples which go to nuclear waste). Return transport costs must be covered by the supplier. The contractor guarantees manufacturing and material defects for two years from delivery date. All safety regulations must be covered and necessary safety devices included.

Special Conditions and Restrictions

Framework Agreement Nature:Signature of the framework agreement does not impose an obligation on the contracting authority to conclude specific contracts. The actual volumes ordered will depend on the contracting authority's needs.

No Exclusivity:The contractor does not acquire exclusive rights to supply these items.

Variants:Variants (alternatives to the model solution) are not allowed. Any variants described in a tender will be disregarded.

Subcontracting:Subcontracting is permitted but the contractor retains full liability. Identified subcontractors (those on whose capacity the tenderer relies or with individual share above 20 percent) must provide commitment letters and meet all requirements.

Joint Tenders:Groups of economic operators may submit joint tenders. All group members assume joint and several liability. A group leader must be designated as single point of contact. Changes in group composition after submission deadline may lead to rejection except in specific circumstances (merger, takeover, or removal of member in exclusion situation).

Key Dates and Deadlines

EventDate and Time
Publication Date27 April 2026
Questions Deadline26 May 2026 at 23:59 Berlin time
Tender Submission Deadline03 June 2026 at 09:00 Berlin time
Public Opening03 June 2026 at 11:00 Berlin time
Tender Validity PeriodMinimum 5 days from submission (as specified in tender)

Contact Information

Contracting Authority:European Commission, DG JRC - Joint Research Centre, Hermann-von-Helmholtz-Platz 1, D-76344 Eggenstein-Leopoldshafen, Germany

Administrative Contact:A. Jimenez Segarra, JRC.R.4 Operations and Support Management Karlsruhe, Email: JRC-Contracts-Karlsruhe@ec.europa.eu, Phone: +32 2 299 11 11

Technical Contact:Main Storage (Hauptlager), Email: JRC-KRU-LAGER@ec.europa.eu

Contracting Authority Website:JRC Website

Important Procedural Notes

Tenderers must ensure their tenders contain all required information and documents at submission time. After submission but before the deadline, tenders may be withdrawn or replaced with a new version. Only one tender per tenderer will be considered; if multiple tenders are submitted, only the latest will be evaluated. All costs for tender preparation and submission are borne by tenderers and will not be reimbursed. The contracting authority is not bound to reply to questions submitted less than six working days before the deadline. Tenders will be opened in a virtual opening session; maximum two representatives per tender may attend by prior request.

The contracting authority may cancel the procurement procedure without tenderers being entitled to claim compensation. Any cancellation must be substantiated and tenderers notified. Submission of a tender implies acceptance of all terms and conditions in the procurement documents and waiver of the tenderer's own general or specific terms and conditions.

Data Protection and Confidentiality

Personal data processing is governed by Regulation (EU) 2018/1725. The European Commission is the data controller for framework agreement administration. Tenderers' personal data may be registered in the Early Detection and Exclusion System (EDES) if they are in situations mentioned in Article 138 of the Financial Regulation. Detailed privacy information is available at the EU Funding and Tenders Portal data protection page. Tenders become the property of the contracting authority upon opening and are treated confidentially. After award decision, non-rejected tenderers may request information on the successful tender's characteristics and relative advantages, though the contracting authority may withhold confidential information protecting legitimate commercial interests.

All information in this analysis is based on the official procurement documents published on the EU Funding and Tenders Portal as of 27 April 2026. Applicants should verify all details directly with the contracting authority and consult the complete procurement documents before submitting tenders, as this summary does not replace the official documentation.

Update Log

No updates recorded yet.

Documents

Document filePDF documentPDF documentPDF documentPDF 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 ↑

Supply and maintenance of two Liquid Scintillation Counters for the site laboratory of radioactivity measurements.

TenderOpen

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...

May 21st, 2026

Wartung und Instandhaltung im Bereich der Mess-, Steuer- und Regeltechnik der technischen Anlagen im JRC Karlsruhe

TenderOpen

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...

June 1st, 2026

Servizi di Manutenzione Integrata degli Impianti Tecnici

TenderOpen

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...

May 11th, 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

Supply of Passive Autocatalytic Hydrogen Recombiners and Hydrogen Monitoring System for Armenian Nuclear Power Plant Unit 2

TenderOpen

European Commission (INTPA) open supply tender to design, manufacture and deliver Passive Autocatalytic Recombiners (Lot 1) and a two-train Hydrogen Monitoring System with sensors and auxiliaries (Lot 2) for Armenian Nuclear Power Plant...

June 26th, 2026

Manutenzione veicoli di servizio con peso complessivo non superiore a 3500kg di proprietà della Commissione Europea – Centro Comune Ricerca - JRC - Sito di Ispra

TenderOpen

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...

May 27th, 2026

Production and dissemination of the Supplement to the Official Journal of the European Union using TED and related services

TenderOpen

The Publications Office of the European Union has issued an open procurement (EC-OP/2026/OP/0003, TED ref. 55/2026) for the production and dissemination of the Supplement to the Official Journal (OJ S) via the TED platform, covering take...

May 6th, 2026

Services de nettoyage

TenderOpen

Open procedure tender ESMA/2026/OP/0002 for provision of cleaning services to ESMA (lead), the European Banking Authority and the European Commission Representation in Paris for approximately 12,500 m2, awarded as a single framework agre...

May 13th, 2026

Vaisselle et couverts pour la restauration collective et la crèche

TenderOpen

Open procurement tender CONSILIUM/2026/OP/0003 for a four-year inter-institutional framework agreement to supply tableware, cutlery and nursery items to the General Secretariat of the Council of the EU and the European Commission in Brus...

May 18th, 2026

CFT-1747 - IT Security Hardware and Software

TenderOpen

CFT-1747 is a European Investment Bank open tender to award a multiple-operator framework agreement (minimum 2, maximum 5 providers) for the supply and renewal of IT security hardware and software and associated services, with an estimat...

June 15th, 2026

Servicios de gestión de almacenes, inventario continuo, mudanzas e inventario general

TenderOpen

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...

June 5th, 2026

NL-Petten: Diensten kadercontract voor onderhoud en kleine werken betreffende werktuigbouwkundige installaties van het GCO Petten waaronder sanitair, verwarming en ventilatie, inclusief levering van materiaal

TenderOpen

The European Commission Joint Research Centre (JRC) in Petten is tendering a single-award framework agreement for maintenance and minor works on mechanical installations (sanitary, heating, ventilation, cooling, compressed air, drainage,...

May 8th, 2026