Supporting moth monitoring under the Nature Restoration Regulation

Overview

The European Commission DG Environment (DG ENV) invites tenders for a services contract to support implementation of the Nature Restoration Regulation by improving AI-based species identification and building taxonomic capacity for night-active moths across EU Member States. The single-lot open procurement has a maximum budget of €1,300,000 (excluding VAT) for up to 24 months and requires creation of a geo-referenced image library (minimum 20,000 images covering at least 800 species), uploads to public identification platforms, technical guidance on light traps, and a structured training and networking programme. Award is on a best price-quality ratio (quality 60 percent, price 40 percent); bidders must meet specified financial and technical selection criteria, submit electronically via the EU Funding & Tenders Portal, and comply with EU data protection, intellectual property and sustainability requirements.

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

Opportunity type

Tender (Open procedure) — European Commission, DG ENV

What it funds:services to support EU implementation of the Nature Restoration Regulation (NRR) by improving AI image recognition for night-active moths and delivering capacity building and taxonomic training for moth identification, plus guidance on light-trap specifications, data uploads and communication.

Who can apply:Any economic operator (sole tenderer or consortium) eligible under EU procurement rules. Bidders must register in the Participant Register (obtain a PIC) and submit tenders electronically via eSubmission / EU Login 1.

  1. 1Scope: night-active moth species across EU Member States (including Canary Islands, Azores, Madeira); species with wingspan <20 mm excluded.
  2. 2Core activities: Task 1 gap analysis; Task 2 image library (minimum 20 000 images, target 800 species; task 2 minimum 60% of budget and at least 500 site visits); Task 3 upload images to ID platforms; Task 4 training/networking (minimum 15 physical courses, 60 participants, 20 online events; at least 25% of budget); Task 5 training materials; Task 6 light-trap technical guidance; Task 7 communication.

Budget and contract length:Estimated total value €1,300,000 (including fees and travel, excluding VAT). Maximum contract duration 24 months; award by best price-quality ratio.

Key dates:TED publication 18/03/2026; deadline for receipt of tenders 21/05/2026 16:00 Europe/Brussels; virtual public opening 22/05/2026 10:30 Europe/Brussels. (The site also lists an earlier administrative timestamp.)

Practical notes

Submission is electronic only via eSubmission on the Funding & Tenders Portal; tenders must include required administrative, exclusion and selection evidence (see tender specifications). Award linked to deliverables/payment schedule (interim payments at Task 1 acceptance and 12-month interim report; final payment after acceptance of final report and deliverables).

Contracting authorityEuropean Commission, DG ENV - Environment
Main CPV90700000 Environmental services
Award methodBest price-quality ratio
Public procurement procedureOpen procedure

Footnotes

  1. 1Register in the Participant Register and submit electronically via the EU Funding & Tenders Portal / eSubmission. Guidance and system requirements are available on the portal.

Find a Consultant to Support You

Breakdown

This is an open procurement procedure by the European Commission, DG Environment (DG ENV), to contract services that will facilitate EU Member States’ monitoring of night-active moths under the Nature Restoration Regulation (NRR). The contract focuses on enhancing artificial intelligence-based image recognition for moth identification and building taxonomic capacity across Member States. Official call page and documents are available on the EU Funding & Tenders Portal F&T Portal: EC-ENV/2026/OP/0011 and were published in the Official Journal (TED) on 18/03/2026 TED notice 186821-2026 1.

Opportunity Snapshot

  • Procedure identifier: EC-ENV/2026/OP/0011
  • Procedure type: Open procedure (services contract), single lot
  • CPV: 90700000 – Environmental services
  • Lead contracting authority: European Commission, DG ENV – Directorate D Biodiversity; contracting administration by DG ENV.A.4 (Finance, Audit & Budget)
  • Estimated total value: €1,300,000 (excl. VAT)
  • Contract nature and duration: Direct service contract, up to 24 months
  • Award method: Best price-quality ratio (quality 60%, price 40%)
  • Submission method: Electronic via eSubmission on the Funding & Tenders Portal (PIC registration required)

Key dates (Europe/Brussels time):TED publication: 18/03/2026; Deadline for receipt of tenders: 21/05/2026 16:00; Public opening: 22/05/2026 10:30; Last date the contracting authority is not bound to reply to Q&A: 11/05/2026 23:59.

Scope and Technical Objectives

Under the NRR and the Commission Delegated Regulation establishing the EU Pollinator Monitoring Scheme (EU-PoMS), Member States must monitor pollinator diversity and abundance. Moths are among the four taxonomic groups for annual monitoring. This contract supports the rollout by improving AI-based moth identification and by developing taxonomic capacity where currently insufficient.

Taxonomic and Geographic Scope

  • Target taxa: Night-active moths (Heterocera) with wingspan ≥ 20 mm per literature; families include Brachodidae, Castniidae, Cimeliidae, Drepanidae, Erebidae including Lymantriinae, Euteliidae, Geometridae, Heterogynidae, Limacodidae, Noctuidae, Nolidae, Notodontidae, Sesiidae, Sphingidae, Uraniidae, Zygaenidae.
  • Exclusions: Species < 20 mm wingspan. Alien species may be monitored by Member States but are excluded from trend indicators.
  • Geographical scope: European territory of EU Member States, including the Canary Islands, Azores, and Madeira.

Work Programme: Tasks and Minimum Requirements

  1. 1Task 1: Gap analysis of existing AI-based image recognition of moth species. Assess current coverage and accuracy of leading tools (e.g., Nature Identification API by Observation.org and iNaturalist), identify priority regions and flight periods, optimal trap locations, and prepare a work plan within the first 3 months. Produce an EU-wide species list meeting the Delegated Regulation criteria, prioritising wide-ranging species likely to be recorded in EU-PoMS.
  2. 2Task 2: Creation of an image library to fill identified gaps. Collect moths using light traps and, if needed, other means in priority regions. Photograph moths alive in natural poses; identify to species level (laboratory identification when necessary). Enter geo-referenced, time-stamped, species-tagged images into a searchable inventory (Excel-based) with file naming conventions (species + index). Upload all records to GBIF. The image library must include at least 20,000 images covering at least 800 species, with quality suitable for training AI classifiers. Allocate a minimum of 60% of the budget to Task 2. Conduct moth collections on at least 500 site visits (each of one or several nights) across the flight season, with environmentally considerate transport choices.
  3. 3Task 3: Upload images to online identification platforms. Use the Task 2 image set to enhance training datasets on agreed platforms (e.g., Observation.org, iNaturalist) to improve species-level precision.
  4. 4Task 4: Develop and implement a training and networking programme for taxonomy and para-taxonomy of moths. Allocate at least 25% of the budget. Aim to enable successful participants to identify all moth genera and at least 70% of expected species in their Member State or region. Provide staged training (basic to advanced), field excursions and specimen preparation. Deliver a minimum of 15 physical courses (2–3 days; ~10–15 participants; at least 5 with 2–3 days fieldwork) and at least 20 online events (≥2 hours) with experts. Train at least 60 participants (participants may attend multiple courses). Cover venues, materials (light traps, lenses, ID tools), accommodation and catering where needed. Provide travel and accommodation for at least 15 participants via lump sums within Annex 7 ceilings, prioritising candidates likely to implement EU-PoMS, unfunded trainees, and those from under-represented countries. Training primarily in English; offer additional languages where needed. Include networking via animated chat groups, seminars and peer-to-peer exchanges. Organise at least two physical conferences (1–2 days; 50–60 participants; hybrid participation) to foster the taxonomy community; sustainable event practices required.
  5. 5Task 5: Provide training materials. Deliver national species lists for all Member States and regions where appropriate, identification keys to genera and species, and photo sets of common/typical species. Materials primarily in English, with additional languages where required. Printed materials must comply with EU Ecolabel criteria for copying and graphic paper.
  6. 6Task 6: Develop technical specifications and guidance for light traps. Produce standardised design and operating specifications aligned with the Delegated Regulation to support Member State procurement (e.g., spectral composition stability, trap dimensions and capture mechanisms). Include operating procedures that minimise escape or double counting and an illustrated guide for surveyors on optimal moth photography in traps.
  7. 7Task 7: Communication. Prepare web content for Commission websites (environment.ec.europa.eu and green-forum.ec.europa.eu) in line with Europa Web Guide and EC Graphic Charter, using Commission web publishing tools. Organise two public webinars (~2 hours each): an introductory webinar and an end-of-project webinar with lessons learned and recommendations. Provide project presentations to Commission expert groups when requested (e.g., the Working Group on Pollinators). Hold a kick-off meeting and a final meeting in Brussels; otherwise, coordinate via videoconference.

Deliverables and Payment Milestones

  • Kick-off meeting in Brussels within 2 weeks of contract signature; progress videomeetings every 5–6 weeks with minutes.
  • D1 Task 1 report: due 4 weeks after kick-off; acceptance triggers first interim payment (30%).
  • D2 Interim report: due 12 months after signature; comprehensive mid-term progress and updated plan; acceptance triggers second interim payment (30%).
  • D3 Task 3 report: due 3 months before contract end; overview of uploads and remaining gaps.
  • D4 Quarterly progress notes on Task 4 and Task 5: implementation status, applications, paid travel/accommodation counts, and materials status.
  • D5 Conference reports: for each conference within 4 weeks, including recommendations.
  • D6 Image Library: searchable inventory with ≥20,000 images of ≥800 species, geo-referenced, time-stamped, original resolution, delivered with the draft final report.
  • D7 Light trap technical specifications and photography guidance: standalone document, delivered with the draft final report.
  • D8 Draft final report: due 8 weeks before end; includes all outputs and digital materials; after comments, submit final report (PDF). Acceptance of the final report and associated deliverables triggers the final payment (40%).

Eligibility, Participation, and Selection

Who may apply and how to participate

  • Participation: Open on equal terms to all natural and legal persons within EU Treaties, international organisations, entities from GPA countries, and third countries eligible under the LIFE Programme association agreements at contract award.
  • Access restrictions: Entities subject to EU restrictive measures are not eligible for participation or subcontracting.
  • Submission: Electronic only via the Portal’s eSubmission; each organisation must hold a PIC number from the Participant Register.
  • Language: Tenders may be submitted in any official EU language; procurement documents are in English.
  • Single lot; variants not allowed; one tender per tenderer (latest version counts if multiple submitted).

Exclusion criteria

Standard EU exclusion grounds apply under Article 138 of the Financial Regulation. A signed Declaration on Honour is required at submission; supporting evidence will be requested from the presumed winner. Subcontractors and capacity-providing entities may also be checked.

Selection criteria (minimum capacity thresholds and evidence)

  • Legal capacity: Proof of enrolment in a trade/professional register or authorisation to perform services in the country of establishment (to be provided with the tender).
  • Economic and financial capacity: Average yearly turnover over the last two closed financial years above €2,600,000. Evidence: profit and loss accounts and balance sheets for the last two closed years (or bank statements) from the entities contributing to the threshold. Provide with the tender.
  • Technical and professional capacity (consolidated across involved entities):
  • A1 Experience: At least two relevant projects in the last eight years (or ongoing) in moth/Lepidoptera monitoring and taxonomy, IT tools for insect identification, taxonomic training, and report drafting, each with a minimum value of €200,000; provide client statements.
  • A2 Language capacity: Two projects in the last three years demonstrating ability to work in English.
  • A3 Reporting capacity: One document (≥10 pages) drafted and delivered in English in the last two years (5 pages will be checked).
  • A4 Geographic capacity: At least three projects in the last eight years showing the ability to work across at least ten EU countries collectively.
  • Team composition (minimum profiles):
  • B1 Project Manager: ≥10 years’ project management experience, including delivery oversight, quality control, client orientation, conflict resolution; experience on projects of ≥€300,000 and covering ≥5 countries; managing teams of ≥8 people.
  • B2 Language: At least three team members with English proficiency at CEFR C1, evidenced by certification or relevant past experience.
  • B3 Moth expertise: At least three experts collectively covering moth monitoring, moth taxonomy, and moth biology/conservation; each with a relevant higher education degree or equivalent professional experience and ≥5 years’ experience.
  • B4 IT tools in Lepidoptera: At least two experts with ≥5 years’ professional experience in relevant IT tools (e.g., AI image recognition, data workflows).

Consortia and subcontracting

  • Joint tenders are permitted; all group members are jointly and severally liable. A group leader must be appointed and authorised by power of attorney (Annex 3).
  • Subcontracting is permitted; identified subcontractors must be listed (Annex 4) when relied upon for selection criteria or when an individual subcontract exceeds 20% of contract volume, accompanied by a signed commitment letter (Annex 5.1).
  • Capacity reliance on non-subcontractor entities is permitted for selection criteria with a commitment letter (Annex 5.2), and those entities must make resources available.

Evaluation and Award

  • Administrative compliance and access to procurement check, exclusion and selection verification, compliance with minimum technical requirements, and award on best price-quality ratio.
  • Quality criteria (maximum 100 points; minimum technical threshold: 65/100 overall and 50% per criterion where specified):
  • 1. Quality of methodology (40 points, min. 50%):
  • 1.1 AI coverage and accuracy approach for night-active moths (Tasks 1–3): 26 points, min. 50%.
  • 1.2 Capacity building and communication approach (Tasks 4–7): 14 points, min. 50%.
  • 2. Organisation and resources (40 points, min. 50%): Roles, responsibilities, allocation of time and resources per task/deliverable, and adequacy.
  • 3. Quality control measures (15 points, min. 50%): Deliverable quality system, language checks, and service continuity.
  • 4. Environmental aspects (5 points, no minimum): Measures to minimise environmental impact (e.g., sustainable events, reduced printing, travel choices, videoconferencing).
  • Price weighting: 40%. Tenders are ranked by the best price-quality ratio, with tie-breakers based on higher quality scores in descending order of the quality criteria.

Contractual, Financial and Reporting Conditions

  • Maximum contract value: €1,300,000 excl. VAT. Travel and subsistence are part of the lump sum and not reimbursed separately unless explicitly provided via training participant lump sums within Annex 7 ceilings.
  • Payments: No pre-financing. Interim payment 1 (30%) upon approval of D1; Interim payment 2 (30%) upon approval of D2; Final payment (40%) upon approval of final report and associated deliverables.
  • Price revision: Not applicable.
  • Place of performance: Contractor’s premises and multiple field locations selected by the contractor.
  • IPR: Union acquires ownership of results and exclusive rights to use and adapt; pre-existing rights are licensed royalty-free, non-exclusive, irrevocable to the Union for defined uses; list of pre-existing rights required with final payment invoice.
  • Data processing and security: Compliance with Regulation (EU) 2018/1725; personal data processed only in EU/EEA data centres; transfers outside EU/EEA require prior authorisation and adequacy safeguards. Security requirements include incident notification within 48 hours and cooperation with Commission security governance.
  • Meetings: Physical kick-off and final meeting in Brussels; other coordination meetings online.
  • Sustainability: Printed materials must be recycled/FSC/PEFC and EU Ecolabel-compliant; sustainable meetings per Commission guidelines.

Submission Package and Templates

  • Technical tender: Must address all minimum requirements in Section 1.4 (Tasks, deliverables, quality management, methodology, resource plans) and award criteria.
  • Financial tender: Use Annex 6 Financial Tender Form; quote in EUR, net of all taxes and duties (VAT exempt per Protocol on Privileges and Immunities).
  • Mandatory forms and annexes (as applicable):
  • Annex 1: List of documents checklist
  • Annex 2: Declaration on Honour (exclusion and selection)
  • Annex 3: Agreement/Power of Attorney (for joint tenders)
  • Annex 4: List of identified subcontractors and proportion of subcontracting
  • Annex 5.1: Commitment letter by identified subcontractor
  • Annex 5.2: Commitment letter by entity on whose capacities is being relied
  • Annex 6: Financial tender form
  • Annex 7: Travel and subsistence cost ceilings (for trainee lump sums in Task 4)
  • Annex 8: Administrative Information Form
  • Annex 9: Content, structure, and graphic requirements for final deliverables

Categorisation and Structured Information

Eligible Applicant Types:Economic operators able to deliver the required services, including SMEs, large enterprises, universities, research institutes, consortia of such entities, and nonprofits/NGOs with relevant expertise. International organisations may participate. Public bodies and public-private partnerships are also eligible under the same access rules. Individuals cannot apply independently unless operating as registered economic operators.

Funding Type:Procurement — service contract paid against deliverables and milestones, not a grant.

Consortium Requirement:Not required. Single tenderers or joint tenders (consortia) are permitted. Joint tenders must appoint a group leader and assume joint and several liability.

Beneficiary Scope (Geographic Eligibility):Entities within EU Treaties; international organisations; entities from GPA signatory countries; and third countries eligible under the LIFE programme associations at contract award. Entities subject to EU restrictive measures are excluded.

Target Sector:Environment and biodiversity monitoring; pollinators; ecology; taxonomy; data and ICT for species identification; artificial intelligence and image recognition; citizen science support tools; training and capacity building; events and science communication.

Mentioned Countries/Regions:Belgium (contracting authority in Brussels); EU Member States; outermost/insular regions explicitly referenced: Canary Islands, Azores, Madeira.

Project Stage:Implementation services including development and validation of AI training datasets, operational field data collection and curation, capacity building, technical specifications drafting, and communication deliverables. TRL is not specified; emphasis is on applied development, validation, and deployment.

Funding Amount:Maximum contract value is €1,300,000 excluding VAT for the 24-month period.

Application Type:Open call for tenders with a single electronic submission via eSubmission on the EU Funding & Tenders Portal. PIC registration required.

Nature of Support:Monetary payment for contracted services, paid in instalments linked to deliverable approvals.

Application Stages:Single-stage tender submission and evaluation. Public opening of tenders; award based on best price-quality ratio after exclusion and selection checks.

Success Rates:Not specified in the procurement documents.

Co-funding Requirement:No co-funding requirement. This is a fee-for-service contract; the contractor must deliver within the fixed maximum budget. Travel and subsistence costs are part of the contract price; no separate reimbursement except defined trainee lump sums within Task 4 per Annex 7.

Administrative and Practical Details

  • Submission portal and account: EU Login is required; organisations must hold a PIC. See EU Login help and Participant Register guidance on the Portal.
  • Public opening session: Virtual; up to two representatives per tenderer; prior registration by email required with the submission receipt.
  • Clarifications: Submit via the call’s Q&A section on the Portal; the contracting authority is not bound to reply to questions received less than six working days before the deadline.
  • Confidentiality and IPR: Tender contents become the property of the contracting authority upon opening and are treated confidentially; IPR provisions apply as per service contract conditions.
  • Quality and performance safeguards: Possible liquidated damages for delay; price reduction for non-compliance with quality standards; suspension and termination clauses apply per the General Conditions.
  • Checks and audits: Possible during the contract and up to five years after final payment; includes access for OLAF, the European Court of Auditors, and the EPPO.

What to Prepare in Your Proposal

  1. 1Methodology: A gap analysis plan detailing algorithm coverage assessment, priority region selection logic, light-trap deployment strategy accounting for phenology and northern latitude daylight constraints, and a robust schedule for achieving 500+ site visits and generating a balanced, high-quality, geo-referenced image dataset suited to AI training.
  2. 2AI integration: Protocols for photo quality control, species verification workflow (including lab identification for ambiguous taxa), iterative testing with targeted AI tools to set image quality thresholds, and a clear path to enhancing algorithms’ accuracy across underrepresented Eastern/Southern regions and endemic-rich areas.
  3. 3Image library and data management: File naming conventions, metadata schema, Excel-based searchability design, GBIF-compliant data upload plan, and governance for personal data and sensitive site information. Include a plan to avoid double counting and to manage technical artefacts (e.g., spectral variation of lights).
  4. 4Capacity building: A staged curriculum to reach advanced identification capacity, including training-of-trainers elements, language accessibility, equipment and material provisioning, selection and prioritisation of trainees, monitoring of learning outcomes per course with demonstrated attainment of learning objectives, and networking maintenance (e.g., chat groups and expert seminars).
  5. 5Technical specifications: Drafting expertise for light trap design and operation aligned with the Delegated Regulation; validation tests for escape minimisation and de-duplication; illustrated field photography guidance to maximise AI performance.
  6. 6Sustainability and logistics: Environmentally responsible travel, sustainable events and materials, and a transport plan for distributed fieldwork.
  7. 7Project management and QC: Governance, roles and responsibilities, resource allocation per task/deliverable, schedule and critical path, internal peer review and linguistic quality checks, and risk management (e.g., weather windows, permitting, regional access, species detectability).
  8. 8Team and partnerships: CVs and role assignment confirming compliance with B1–B4; letters of commitment by subcontractors/capacity entities; evidence of geographic reach across at least 10 EU countries; collaborations with national authorities for trainee nominations.
  9. 9Budgeting: Clear distribution of at least 60% to Task 2 and at least 25% to Task 4; resources for events, webinars, meetings, and communications; adherence to Annex 7 ceilings for trainee support; pricing in EUR net of VAT.
  10. 10Compliance: All required forms (Annexes 1–8; and 9 for final deliverables’ format), Declaration on Honour, evidence for turnover and technical track record, and legal capacity documentation.

Summary: What this Opportunity Is About

DG Environment seeks a contractor to operationally enable robust, EU-wide monitoring of night-active moths under the Nature Restoration Regulation by simultaneously advancing AI-powered identification and strengthening human taxonomic capacity. The contractor will diagnose gaps in current AI tools, execute extensive and standardised field photography across at least 500 site visits, and build a high-quality, geo-referenced image library of at least 20,000 images spanning at least 800 moth species. These images will also be contributed to major public platforms to directly improve classifier training. In parallel, the contractor will design and deliver a large-scale capacity building and networking programme, including a minimum of 15 multi-day physical courses, 20 online expert sessions, and two conferences, supported with multilingual training materials, to raise taxonomic expertise to an advanced level across Member States and underpin the roll-out of the EU Pollinator Monitoring Scheme (EU-PoMS). The contractor will also produce technical specifications and operational guidance for standardised light traps and create practical, illustrated photography guidance. Communication deliverables include a project web presence in Commission channels, two public webinars, and expert briefings. The contract is a single-lot, 24-month service contract with a maximum value of €1.3 million, awarded on best price-quality ratio. Applicants must demonstrate strong EU-wide operational presence, deep Lepidoptera taxonomy and monitoring expertise, experience with AI/IT tools for insect identification, and proven capacity to plan and deliver complex, multi-country fieldwork and training. This opportunity is ideal for consortia uniting biodiversity informatics, field ecology, taxonomy, and training providers to produce scalable, science-based tools and skills enabling Member States to meet NRR pollinator monitoring obligations.

Footnotes

  1. 1Official documents and updates: call page on the EU Funding & Tenders Portal EC-ENV/2026/OP/0011; Invitation to tender, Tender Specifications, and Draft Contract are accessible from the same page. Additional DG ENV call listing: DG ENV Calls for tender.

Short Summary

Impact

Establish a high-quality, geo-referenced image library and taxonomic training programme to enable accurate species-level, AI-assisted monitoring of night-active moths across EU Member States so Member States can meet Nature Restoration Regulation monitoring obligations.

Applicant

An organisation or team with demonstrated capacity in Lepidoptera monitoring and taxonomy, AI/image-recognition development for biodiversity, large multi-country field logistics, and delivering multilingual training and communication outputs.

Developments

Field collection and standardized photography of moths (≥500 site visits) to create an image dataset (≥20,000 images covering ≥800 species), upload to GBIF/ID platforms, develop light-trap specifications, and deliver taxonomy training and materials.

Applicant Type

Researchers, NGOs/non-profits, and large organisations (including SMEs with relevant capacity) experienced in biodiversity monitoring, data management, and training delivery.

Consortium

Consortia are permitted but not required; single applicants may bid (joint tenders allowed with a designated group leader and joint and several liability).

Funding Amount

Maximum contract value €1,300,000 (excluding VAT) for up to 24 months, with specified minimum budget shares (≥60% for image library work, ≥25% for training).

Countries

EU Member States (including outermost regions such as the Canary Islands, Azores and Madeira) are the geographic focus and eligible applicant origins; entities from GPA signatories and third countries eligible under LIFE rules may participate.

Industry

Environment and biodiversity monitoring policy (Nature Restoration Regulation / EU Pollinator Monitoring Scheme) focusing on pollinator monitoring, taxonomy capacity building, and AI-based species identification.

Additional Web Data

Funding Opportunity Overview

This is a European Commission service contract tender supporting implementation of the Nature Restoration Regulation. The opportunity targets organizations that can facilitate monitoring of night-active moths across EU Member States while building taxonomic capacity and improving artificial intelligence tools for species identification. The contract will operate under an open procurement procedure, with a maximum budget of €1,300,000 over 24 months.

Contracting Authority:European Commission, Directorate-General for Environment, Unit D.2 (Natural Capital and Ecosystem Health), located in Brussels, Belgium. Contact for technical issues: EU-POLLINATORS@ec.europa.eu. Contact for administrative issues: ENV-PROC-INITIATION@ec.europa.eu.

What the Funding Covers

The contract supports two primary objectives under the Nature Restoration Regulation:improving the accuracy and species coverage of artificial intelligence-based image recognition systems for identifying night-active moths to species level, and developing capacity-building activities to enhance taxonomic expertise for moths in EU Member States where expertise gaps currently exist.

Budget and Financial Terms:Maximum contract value is €1,300,000 (one million three hundred thousand euro), excluding VAT. This is a fixed price contract with no price revision mechanism. Payment is structured as interim payments linked to deliverable approval: 30 percent upon Task 1 report approval, 30 percent upon interim report approval at 12 months, and 40 percent as final payment upon completion and approval of the final report. All travel and subsistence costs are included in the lump sum price.

Contract Duration and Schedule:The contract will run for a maximum of 24 months from signature. Key milestones include a kick-off meeting in Brussels within 2 weeks of signature, submission of the Task 1 gap analysis report within 4 weeks of kick-off, an interim report at 12 months, and a final report 8 weeks before contract end. All progress meetings after the kick-off will be conducted via videoconference.

Project Scope and Key Tasks

The contract covers night-active moth species (Heterocera) with wingspans of 20 millimeters or larger across the European territory of EU Member States, including the Canary Islands, Azores, and Madeira. The geographical and taxonomic scope encompasses all moth families specified in the delegated regulation, as Member States will need to distinguish regulated species from non-regulated species during monitoring implementation.

Task 1: Gap Analysis and Work Planning:The contractor will assess current coverage of moth species in existing artificial intelligence-based image recognition tools, identify priority regions where coverage must improve, determine optimal locations for light trap placement and collection periods to maximize species coverage, and develop a detailed work plan for field collection. This plan must be submitted within the first 3 months and approved by the Commission before proceeding with field work.

Task 2: Image Library Creation (Minimum 60 Percent of Budget):The core task requires collecting moths using light traps across at least 500 site visits and photographing specimens in their natural state. All images must be uploaded to the Global Biodiversity Information Facility. The contractor will deliver a searchable inventory comprising a minimum of 20,000 images covering at least 800 species, with each image geo-referenced, time-stamped, identified to species level, and of appropriate quality for training AI recognition algorithms. Environmental considerations must be applied when selecting transport methods.

Task 3: Platform Uploading:Images collected during Task 2 will be uploaded to available identification platforms such as observation.org and iNaturalist to enhance training datasets for identification algorithms. A report summarizing all activities and highlighting remaining species coverage gaps is due 3 months before contract end.

Task 4: Training and Networking Program (Minimum 25 Percent of Budget):A structured training program will build taxonomic and para-taxonomic expertise across EU Member States. Minimum deliverables include 15 physical training courses of at least 2 to 3 days duration with approximately 10 to 15 participants each, with at least 5 courses including field work components. At least 60 participants must be trained overall, and at least 20 online events of 2 hours minimum will be offered. Training must cover all moth genera and at least 70 percent of species expected in each participant's Member State. Training is provided free to participants with the contractor bearing all venue, materials, accommodation, and subsistence costs. A minimum of 15 participants receive contractor-funded travel and accommodation assistance. At least two networking conferences bringing together 50 to 60 moth taxonomy experts must be organized, with locations approved by the Commission and sustainability standards applied.

Task 5: Training Materials Development:The contractor will develop identification materials including national species lists for all Member States, identification keys for genera and species, and photos of common and typical species. Materials must be provided in English as the primary language, with additional languages offered where participant language needs justify them. Any printed materials must use recycled or certified sustainable forestry paper compliant with EU Ecolabel criteria.

Task 6: Light Trap Technical Specifications:Technical specifications and guidance will be developed for light trap design and operation under the Nature Restoration Regulation, aligned with the delegated regulation requirements. Documents must address spectral composition, physical dimensions, capturing mechanisms, operating procedures to minimize moth escape and prevent double-counting, and a practical illustrated guide for photographers on capturing high-quality images for AI identification.

Task 7: Communication Activities:The contractor will prepare project descriptions for publication on European Commission websites, ensuring compliance with Europa Web Guide accessibility and copyright rules. Deliverables include at least two webinars of approximately 2 hours each addressing Member State authorities, academia, and future EU-PoMS implementers, with a second webinar focused on lessons learned shortly before contract end. Online presentations to Commission expert groups, particularly the Working Group on Pollinators, will be provided. All publications must comply with the EC Graphic Charter and be publication-ready for the Publications Office.

Eligibility and Selection Criteria

Who Can Apply

The call is open to natural and legal persons from EU Member States, third countries with agreements with the EU on public procurement, World Trade Organization Government Procurement Agreement signatories, and third countries eligible for funding under the LIFE programme. No entity can participate simultaneously as both a sole tenderer and a member of a group, or as a member of multiple groups. Entities subject to European Union restrictive measures are ineligible. Tenderers must register in the European Commission's Participant Register to obtain a Participant Identification Code before submission. All participants must maintain current SME status information in the register.

Economic and Financial Capacity:Tenderers must demonstrate average yearly turnover exceeding €2,600,000 over the last two completed financial years. Evidence must include profit and loss accounts and balance sheets for both years, with the most recent year closed within the last 18 months. This assessment is conducted on a consolidated basis across all involved entities in joint tenders.

Technical and Professional Capacity:Tenderers must prove experience in monitoring and taxonomy of Lepidoptera, IT tools for insect identification, taxonomic training, and report drafting. Required evidence includes references for two projects delivered in these fields within the past eight years, each with minimum value of €200,000. Tenderers must provide references for two projects from the last three years demonstrating English language proficiency, and one document of at least 10 pages (in English) drafted and delivered within the past two years. Evidence of work across at least ten EU countries through at least three project references is required. This criterion applies to the combined capacity of all group members and identified subcontractors in joint tenders.

Team Requirements:A Project Manager with at least ten years of relevant experience must oversee delivery, including experience with projects of at least €300,000 covering at least five countries and management of teams of at least eight people. At least three team members must demonstrate C1 level proficiency in English according to the Common European Framework of Reference for Languages, evidenced through language certificates or professional experience. At least three experts must jointly cover moth monitoring, moth taxonomy, and moth biology or conservation, each with at least five years of professional experience in their respective field. At least two experts must have five or more years of professional experience with IT tools in Lepidoptera.

Award Criteria and Evaluation Process

Quality and Price Weighting:Tenders will be evaluated on a best price-quality ratio, with quality weighted at 60 percent and price at 40 percent. To pass evaluation, tenders must achieve a minimum technical score of 65 out of 100 points available for quality. The evaluation formula calculates the best value for money ratio, with tenders ranked by this combined score.

Quality Evaluation Components:Quality evaluation comprises four components totaling 100 points. Methodology quality (40 points, minimum threshold 50 percent) assesses the approach to improve AI image recognition accuracy and species coverage for Tasks 1, 2, and 3, and the approach to develop capacity-building activities for Tasks 4, 5, 6, and 7. Organization and resource allocation (40 points, minimum threshold 50 percent) evaluates how roles, responsibilities, and resource allocation across the team and any subcontractors are distributed and whether this allocation is adequate. Quality control measures (15 points, minimum threshold 50 percent) assess the system for ensuring deliverable quality, language quality, and service continuity if team members become unavailable. Environmental considerations (5 points, no minimum threshold) evaluate measures to reduce environmental impact such as reducing printing, using recycled paper, communicating electronically, and minimizing travel.

Tie-Breaking Procedures:If multiple tenders achieve the same score, the tenderer with the highest quality marks will be selected. If quality marks remain equal, tenders are ranked by descending order across the quality criteria: methodology quality, organization and resource allocation, quality control measures, and environmental aspects.

Application Process and Critical Deadlines

Submission Method and Requirements:Tenders must be submitted exclusively through the electronic submission system (eSubmission) via the EU Funding and Tenders Portal. All other submission methods will be disregarded. Tenderers must use the latest versions of Google Chrome or Mozilla Firefox. Maximum individual file size is 50 megabytes, and maximum total documents per tender is 200 files. File names must follow system requirements. Tenders submitted after the deadline will be rejected. A confirmation receipt with official timestamp serves as proof of timely submission.

Key Dates:The contract notice was published on 18 March 2026 in the Official Journal of the European Union. The deadline for requesting additional information is 11 May 2026 at 23:59 Brussels time. The tender submission deadline is 21 May 2026 at 16:00 Brussels time. Tenders must remain valid for 9 months from submission. The virtual tender opening is scheduled for 22 May 2026 at 10:30 Brussels time. Maximum two representatives per tender may attend opening.

Tender Contents:Tenders must include a technical tender addressing all aspects of the tender specifications, demonstrating realistic and well-structured approaches suited to Commission needs. Generic responses to mandatory requirements without added value will receive very low scores. A complete financial tender must be submitted using the Commission's financial model template, with prices quoted in euros and expressed excluding VAT. Tenderers from non-eurozone countries must convert prices to euros at their own exchange rate risk. All required annexes and supporting documentation must be included as specified in the tender specifications.

Important Conditions and Obligations

Conflict of Interest and Professional Conflicts:All involved entities and subcontractors must not have professional conflicting interests that may negatively affect contract performance. The contractor must immediately notify the Commission of any situation constituting a conflict of interest or professional conflicting interest and take action to rectify it. Failure to rectify conflicts may result in contract termination.

Data Protection and Personal Data:The contractor must process personal data exclusively within the territory of the European Union and European Economic Area, with data centers located only within these territories. Personal data processing must be limited to organizing training courses and facilitating moth identification by Member States. The contractor must notify the Commission of any personal data breach within 48 hours of becoming aware of it. All personal data must be deleted or returned upon contract expiration unless Union or national law requires longer storage.

Intellectual Property Rights:The Union acquires full worldwide ownership of all newly created materials and intellectual property rights in results produced specifically for the Commission. Pre-existing rights incorporated in results are licensed to the Union on a royalty-free, non-exclusive, irrevocable basis. The contractor must provide a complete list of all pre-existing rights or declare their absence when submitting the final invoice. Pre-existing materials must be easily identifiable and separable from new materials.

Security and Confidentiality:The contractor and all personnel must comply with Commission security requirements including Commission Decision 2015/443 and Regulation 2023/2841 on cybersecurity. All confidential information must be protected with due diligence and may not be disclosed to third parties without written Commission approval. Contractors and their personnel must sign ethics reminders confirming understanding of confidentiality obligations, non-interference with third parties, prohibition on press contact, prohibition on unauthorized publication, duty of loyalty, and avoidance of conflicts of interest.

Subcontracting and Joint Tenders:Subcontracting is permitted. Identified subcontractors with over 20 percent of contract value or whose capacities are relied upon to meet selection criteria must provide commitment letters with tenders. Changes to identified subcontractors during the procedure require prior Commission written approval. In joint tenders, all members are jointly and severally liable for contract performance. A group leader must be appointed as the single Commission contact point.

Minimum Requirements Compliance:The contractor must comply with all minimum requirements specified in the tender specifications throughout contract duration. Compliance includes adherence to applicable environmental, social, and labour law obligations established by Union law, national legislation, collective agreements, and international conventions. Tenders deviating from or not fully covering minimum requirements may be rejected. Tenderers must declare compliance when submitting tenders.

Contract Performance and Payment

Payment Schedule and Conditions:Payments are made within 60 days of invoice receipt, unless the Commission suspends the payment period. The contractor must invoice via the electronic exchange system or email, depending on activation status. The Commission may suspend payment if invoices are non-compliant, required documents are missing, deliverables are not approved, or if there is evidence the contractor will materially breach contractual obligations. Payment suspension extends the time limit until compliance occurs or further verification is completed.

Liability and Insurance:The contractor performs the contract at its own risk. Liability is limited to three times the total contract amount, except for cases of gross negligence, willful misconduct, personal injury, or intellectual property rights violations, where liability extends to the full damage amount. The contractor must carry appropriate insurance against risks and damage related to contract performance. The contractor warrants indemnification of the Commission against third-party claims.

Termination and Contract Modification:The Commission may terminate the contract if the contractor fails to perform in accordance with tender specifications or materially breaches obligations, lacks required permits or licenses, is in an exclusion situation, fails to comply with environmental, social, labour, or data protection obligations, has conflicts of interest, undergoes changes affecting contract performance, faces force majeure preventing continuation, or violates security or confidentiality provisions. Either party may terminate for convenience with three months written notice. Upon termination, the contractor must provide transition assistance at no additional cost unless substantial additional resources are required.

Checks, Audits, and Supervision:The Commission may conduct checks or audits at any time during contract performance and up to five years after final payment. The contractor must maintain all original documents for five years from final payment and grant Commission staff and authorized external personnel access to contract performance sites, premises, and information. The European Anti-Fraud Office may conduct investigations up to five years after final payment to establish whether fraud, corruption, irregularities, or illegal activities affecting Union financial interests have occurred. The Court of Auditors and European Public Prosecutor's Office have equivalent audit and investigation rights.

Strategic Context and Alignment

This contract directly supports the EU Nature Restoration Regulation, a continent-wide law establishing binding targets to restore degraded ecosystems. The project aligns with the EU Biodiversity Strategy for 2030 and contributes to implementing the European Pollinator Monitoring Scheme. Member States are required to improve pollinator diversity and reverse pollinator population decline by 2030, with monitoring at least every six years thereafter. By enhancing artificial intelligence tools and building taxonomic capacity, this contract strengthens Member State ability to comply with monitoring obligations and develop evidence-based national restoration plans required by September 2026.

Key Contact Information

All tender documents are available on the EU Funding and Tenders Portal at EU Funding and Tenders Portal. Tenderers must register in the Participant Register at Participant Register to obtain a Participant Identification Code. Questions about the tender should be submitted through the Portal Questions and Answers section before 11 May 2026. Technical inquiries may be directed to EU-POLLINATORS@ec.europa.eu. Administrative inquiries should be sent to ENV-PROC-INITIATION@ec.europa.eu. The official TED notice reference is 54/2026 186821-2026.

Footnotes

  1. 1The Nature Restoration Regulation (Regulation EU 2024/1991) entered into force on 18 August 2024. The EU-PoMS monitoring method was established through Commission Delegated Regulation supplementing the Nature Restoration Regulation, adopted 19 September 2025.
  2. 2Moth families within scope include Brachodidae, Castniidae, Cimeliidae, Drepanidae, Erebidae (including Lymantriinae), Euteliidae, Geometridae, Heterogynidae, Limacodidae, Noctuidae, Nolidae, Notodontidae, Sesiidae, Sphingidae, Uraniidae, and Zygaenidae. Approximately 2,000 to 3,000 European moth species fall within the delegated regulation scope.
  3. 3The contract is governed by Union law complemented by Belgian law where necessary, with exclusive jurisdiction assigned to the Brussels courts for dispute resolution.

Update Log

No updates recorded yet.

Documents

Document filePDF documentPDF documentPDF document

Discover with AI

Let our intelligent agent help you find the perfect funding opportunities tailored to your needs.

Try AI Agent →

EU Grant Database

Explore European funding opportunities in our comprehensive, up-to-date collection.

Browse Database →

Stay Informed

Get notified when grants change, deadlines approach, or new opportunities match your interests.

Configure Notifications →

Track Your Favorites

Follow grants you're interested in and keep them organized in one place. Get updates on changes and deadlines.

Use the Follow button above ↑

Developing an EU platform to foster the use of native plants for nature restoration by public authorities, business and citizens

TenderOpen

Open tender EC-ENV/2026/OP/0006 from the European Commission DG Environment seeks a contractor to develop a framework, dataset and functional mock-up for an EU information platform promoting native plants for nature restoration. Maximum...

April 20th, 2026

Risk Assessment study to support the implementation of Regulation 1143/214 on invasive alien species

TenderOpen

The European Commission DG Environment (tender EC-ENV/2026/OP/0012) is procuring services to prepare and peer-review regulation-compliant risk assessments and risk management notes to support implementation of Regulation (EU) 1143/2014 o...

April 22nd, 2026

Study on Blue Carbon Certification - developing certification rules for tidal marshes and seagrass meadows

TenderOpen

CINEA is procuring a 16-month study to develop pilot certification methodologies for blue carbon ecosystems (tidal marshes and seagrass meadows) under the CRCF Regulation, including reviews, technical assessments, stakeholder workshops a...

May 27th, 2026

STUDY ON CROSS-BORDER PROTECTED AREAS (2025CE160AT119)

TenderOpen

European Commission DG REGIO invites tenders for an open services contract to prepare a comprehensive study mapping existing and potential cross-border protected natural areas, analysing governance structures, identifying legal and admin...

May 18th, 2026

EU4Digital Facility - Phase III (supporting digital economies and societies)

TenderOpen

The European Commission (ENEST.C - Neighbourhood East and Türkiye) has launched a restricted tender (EC-ENEST/2026/EA-RP/0032) for the EU4Digital Facility Phase III to support digital transformation, EU accession monitoring through compl...

April 28th, 2026

Enhancing the integration of small-scale fisheries into marine governance through improved spatial data and indicators (1.3.13)

TenderForthcoming

The European Environment Agency (EEA) intends to launch a negotiated low/middle value procurement (Procedure EEA/2026/LVP/0012-EXA) for a study to spatially define and assess small-scale fisheries (SSF) activity across EU seas using exis...

April 22nd, 2026

Editorial, historical, creative stock images and videos licencing services

TenderForthcoming

The European Commission, DG Communication (procedure EC-COMM/2026/MVP/0101-EXA), has published ex ante publicity for a planned negotiated procedure to establish a framework agreement for licensing editorial, historical and creative stock...

April 13th, 2026

Mapping of European philanthropic organisations

TenderForthcoming

Planned negotiated procedure (ExA) by the European Innovation Council and SMEs Executive Agency (EISMEA) to commission a mapping and profiling study of philanthropic organisations in Europe relevant to research and innovation. Service co...

April 20th, 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

Capacity building of veterinary and plant health services in the Western Balkans

TenderOpen

The European Commission (DG SANTE) has published a call for tenders to build capacity in veterinary and plant health services across Albania, Bosnia and Herzegovina, Kosovo, Montenegro, North Macedonia and Serbia. The procurement is spli...

May 18th, 2026

Continuous skills development (CSD): research and policy evidence

TenderOpen

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

May 27th, 2026

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