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

Overview

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 Karlsruhe site under a single-supplier framework agreement with a maximum ceiling of €1,000,000 excluding VAT. Offers must be submitted electronically via the EU Funding and Tenders Portal eSubmission system and the submission deadline is 01 June 2026 at 12:00 Berlin time, with award to the lowest compliant price. Bidders must satisfy exclusion and selection criteria including financial and technical capacity, provide required documentation and PIC registration, and comply with strict security, radiation protection and backgroundcheck requirements for personnel working in controlled areas. The contract duration is 12 months with up to three 12-month renewals (maximum 48 months) and estimated annual workload of approximately 2,060 hours, noting that the authority is not obliged to place orders up to the estimated value.

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

Wartung und Instandhaltung MSRT — JRC Karlsruhe (EC-JRC/KRU/2026/OP/0350)

Essentials

What it funds:framework agreement for maintenance, repairs, modifications and calibration work on measurement, control and regulation (MSRT) systems and associated technical installations at the Joint Research Centre (JRC) Karlsruhe. Work covers control cabinets (relay and PLC/SPS), process controllers, sensors and calibration using test gases, documentation support and related tasks.

Who can apply:Any economic operator (single tenderer or consortium) established in scope of the EU procurement rules; SMEs eligible. Bidders must be registered in the Participant Register (PIC), submit required exclusion/selection evidence, and comply with site security, radiation protection and clearance requirements for personnel. EU Login / eSubmission is mandatory Funding & Tenders Portal. 1

  1. 1Contracting authority: European Commission, Joint Research Centre (JRC) Karlsruhe
  2. 2Procedure: open procedure — framework agreement without reopening of competition
  3. 3Award method: lowest price
Estimated total value€1 000 000
Maximum contract duration48 months
Submission methodElectronic via eSubmission (EU Login)
Deadline (submission)01/06/2026 12:00 Europe/Berlin
Public opening01/06/2026 15:00 Europe/Berlin

Contract form:single supplier framework agreement. Scope is not divided into lots. Tender documents include administrative specifications, technical specifications, draft contract and financial offer template; bidders must provide exclusion and selection evidence, technical CVs/certificates (Siemens partner, relevant licences), and named subcontractors where applicable.

Security and site rules:work in controlled/radiological areas requires proof of §25 StrlSchG authorisation, registered radiation pass and clearance checks; third‑country nationals may require Commission security vetting. Failure to provide required clearances prevents site access.

How to apply:register in the Participant Register (PIC), prepare required documents listed in Annex 1 of the tender dossier, and submit the financial offer and administrative attachments via eSubmission before the deadline. Use the official portal for downloads and Q&A Funding & Tenders Portal.

Footnotes

  1. 1Full tender dossier, deadlines and submission instructions are on the EU Funding & Tenders Portal opportunity page: Tender details.

Find a Consultant to Support You

Breakdown

Gelegenheitsart:Offenes Verfahren (Call for tenders / Tender) des Joint Research Centre (JRC) der Europäischen Kommission. Zweck: Abschluss eines Rahmenvertrags zur Wartung, Instandhaltung, Umbau- und Reparaturarbeiten im Bereich Mess-, Steuer- und Regeltechnik (MSRT) an den technischen Anlagen des JRC-Standorts Karlsruhe.

Wichtigste Fristen und Termine:TED-Publikation: 22/04/2026. Angebotsfrist: 01/06/2026 12:00 Europe/Berlin. Öffentliche (virtuelle) Angebotsöffnung: 01/06/2026 15:00 Europe/Berlin. Letzter Tag, an dem Fragen vom Auftraggeber beantwortet werden: 22/05/2026 23:59 Europe/Berlin. Ortsbesichtigung (freiwillig): 19/05/2026 10:00 (Anmeldung erforderlich) 1

Einzelheiten zur Ausschreibung:Ausschreibungsreferenz EC-JRC/KRU/2026/OP/0350. Verfahrenstyp: Offenes Verfahren, elektronische Einreichung über eSubmission / Funding & Tenders Portal. Art des Vertrags: Rahmenvertrag ohne Wiederöffnung (framework agreement, without reopening of competition) mit Einzelvergabe von Auftragscheinen/Einzelverträgen. Maximale Vertragsdauer: 48 Monate (ursprünglich 12 Monate mit bis zu drei Verlängerungen). Bewertung/Auswahl: Zuschlagsmethode - niedrigster Preis (Preis 100 %).

  1. 1Lead contracting authority: Europäische Kommission, Gemeinsame Forschungsstelle (JRC), Betriebs- und Support Management Karlsruhe, Hermann-von-Helmholtz-Platz 1, D-76344 Eggenstein-Leopoldshafen, Deutschland.
  2. 2Hauptklassifikation (CPV): 50000000 - Repair and maintenance services.
  3. 3Nature of contract: services (Dienstleistungsvertrag).
  4. 4Award method: lowest price; der Preis ist das einzige Zuschlagskriterium (100 % Gewicht).
  5. 5Formale Abgabe exklusiv elektronisch über eSubmission (EU Login erforderlich; ab 30.06.2026 2FA für EU Login).

Wer kann sich bewerben - Eligibility, Konsortium und geografischer Geltungsbereich

Die Ausschreibung ist offen für natürliche und juristische Personen gemäß den Regeln der Haushaltsordnung. Teilnahme geboten: Einzelbieter oder Gruppen (gemeinsames Angebot). Unterauftragvergabe ist möglich; bestimmte Unterauftragnehmer sind beim Angebot zu benennen (insbesondere, wenn sie zur Erfüllung der Eignungskriterien beitragen oder mehr als 20 % Anteil haben). PIC (Participant Identification Code) aus dem EU-Teilnehmerregister ist erforderlich.

Eligible Applicant Types:SMEs und Großunternehmen, öffentliche und private juristische Personen, Konsortien (gemeinsame Angebote), Unterauftragnehmer, Forschungseinrichtungen und spezialisierte Dienstleister im MSRT-Bereich. Anbieter aus Drittstaaten können teilnehmen, wenn sie nach den in der Bekanntmachung angeführten Bedingungen zugelassen sind (WTO GPA, assoziierte bzw. teilnahmeberechtigte Drittländer).

Consortium Requirement:Erlaubt: Einzelbieter oder Konsortium (gemeinsames Angebot). Bei Konsortien ist ein federführendes Mitglied zu benennen; alle Mitglieder haften gesamtschuldnerisch. Rolle der Beteiligten ist in eSubmission anzugeben.

Beneficiary Scope (Geographic Eligibility):Teilnahme offen für Anbieter aus dem Geltungsbereich der Verträge, einschließl. EU-Mitgliedstaaten; Teilnahme von Drittstaaten ist unter den in der Bekanntmachung genannten Bedingungen möglich (WTO GPA, assoziierte Drittländer, Euratom-Programm-Rahmen).

Art der Unterstützung, Finanzierung und Volumen

Es handelt sich um ein ausgeschriebenes Dienstleistungsverhältnis (Tender / Procurement). Es handelt sich nicht um ein Förderprogramm: es wird ein Dienstleistungsvertrag (Rahmenvertrag) abgeschlossen und Leistungen gegen Vergütung erbracht. Die Vergabe erfolgt gegen Zahlung der vergüteten Leistungen; es gibt keine Zuschüsse, Darlehen oder Eigenkapitalinvestitionen.

Funding Type:Procurement / service contract via framework agreement (kein Grant/Loan/Equity).

Estimated Total Value / Funding Amount:Geschätzter Gesamthöchstwert des Rahmenvertrags: €1,000,000 (netto) über die gesamte Laufzeit (Höchstbetrag des Rahmenvertrags). Einzelheiten zu Preisen und Mengen in Anhang 6 (Finanzielles Angebot, Preismodell).

Technischer Inhalt und Zielbranchen

Gegenstand der Leistung:Wartung, Instandhaltung, Umbau und Reparatur von Mess-, Steuer- und Regeltechnik (MSRT) in technischen Anlagen am JRC Karlsruhe. Schwerpunkt: Fehlersuche, Reparatur und Erweiterungen an Schaltschränken (Relais- und SPS/Siemens SIMATIC/PCS7/S7), Betrieb und Wartung von Leitsystemen (WinCC, PCS7, ProTool), Kalibrierung und Austausch von Sensorik (Druck, Temperatur, Feuchte, Durchfluss), Kalibrierung von Gasmesssystemen, Arbeiten an Reglern (u. a. PMA, Kimo, Siemens), Projektunterstützung, Aktualisierung technischer Unterlagen.

  • Zielsektor: Nukleare Sicherheit / Forschungsinfrastruktur / Industrieanlagen mit speziellen Strahlenschutzanforderungen
  • Technologien: SPS-Programmierung (Siemens SIMATIC, PCS7, S7), HMI/SCADA (WinCC, ProTool), industrielle Feldbusse/Kommunikation, Kalibriertechnik, Prüfgase, Mess- und Regelgeräte, elektrische Schalttechnik (Relais, Klemmen, Stark/Schwachstrom).
  • Erwartete Arbeitsstunden (Schätzung): ca. 2060 Std/Jahr (z. B. Positionen im Finanzmodell: Leistung 1 ca. 1900 Std/Jahr, Leistung 2 ca. 160 Std/Jahr, zusätzlich kleinere Posten).

Erwarteter Projektstand / Reifegrad

Projektstufe:Operation, Instandhaltung, Wartung und Weiterbetrieb bestehender Anlagen; technische Dienstleistungen und Implementation (keine Forschung oder grundlagenorientierte Entwicklung). Erwartet werden Fachkräfte mit praktischer Erfahrung und Betriebsreife.

Bewertung, Erfolgsaussichten und Formalia

Zuschlag wird an das wirtschaftlich günstigste Angebot in Bezug auf den niedrigsten Preis vergeben. Die Eignungskriterien sind bindend: rechtliche/geschäftliche Fähigkeiten, wirtschaftlich/finanzielle Leistungsfähigkeit, technische und berufliche Leistungsfähigkeit (z. B. Nachweis von mindestens 2 gleichwertigen Referenzprojekten in den letzten 5 Jahren, Zertifizierungen wie Siemens Solution Partner oder äquivalente Partnerschaft, Qualifikationen der vorgeschlagenen Schlüsselpersonen einschließlich Ingenieurabschluss und geprüfter Facharbeiter, geforderte Berufserfahrung: z. B. 5 Jahre Erfahrung in Wartung MSRT für nuklear technische Anlagen).

Application Type:Open call: elektronisch über eSubmission / Funding & Tenders Portal. PIC-Registrierung erforderlich. Einreichung nur elektronisch; keine postalischen Angebote.

Nature of Support:Finanzielle Gegenleistung für erbrachte Dienstleistungen (money). Kein direkter Zuschuss; Vertragliche Vergütung gemäß finanziellem Angebot.

Application Stages:Einfaches zweistufiges Verfahren in der Praxis: 1) formale Prüfung und Eignungsprüfung (Ausschlusskriterien, Eignungskriterien), 2) Angebotsöffnung und Preisbewertung / Zuschlag (preisgünstigstes Angebot).

Success Rates:Keine öffentlichen Angaben zu Erfolgschancen; da Zuschlag nach niedrigstem Preis erfolgt, ist Wettbewerb intensiv. Erfolg hängt von konformen Nachweisen und wettbewerbsfähigem Angebot ab.

Co-funding Requirement:Keine Kofinanzierung im Sinne von Mitfinanzierung durch den Bieter erforderlich; Auftrag wird kostenpflichtig vergütet. Bieter trägt jedoch alle Kosten zur Antragstellung und zur Einhaltung sicherheitsrelevanter Auflagen.

Auswahl- und Eignungsanforderungen im Detail

Konkrete Nachweispflichten sind in den Anhängen enthalten (Administrative Annex, Declaration on Honour, Technical Specifications, Financial Offer form, Draft contract). Wichtige Eignungspunkte:

  1. 1Rechts- und Geschäftsfähigkeit: Registerauszug / Handelsregister; gültige Genehmigung gemäß §25 StrlSchG wenn Personal in fremden Anlagen einsetzt wird (Pflicht für Tätigkeiten im JRC Kontrollbereich).
  2. 2Wirtschaftlich/finanziell: Durchschnittlicher Jahresumsatz der letzten zwei Geschäftsjahre mindestens €500.000 (konsolidiert für beteiligte Stellen). Gewinn- und Verlustrechnungen oder Bankbestätigungen sind als Nachweis vorzulegen.
  3. 3Technisch/beruflich: mindestens 2 abgeschlossene gleichwertige Projekte der letzten 5 Jahre mit je Mindestwert €200.000; Nachweise/Referenzen mit Angaben zu Umfang, Rolle, Betrag, Zeitraum; Siemens Solution Partner Zertifikat (Automation SIMATIC, PCS7, Industrial Communications, Factory Automation) oder gleichwertig; Bescheinigung Fachbetrieb nach Wasserhaushaltsgesetz (falls gefordert); Qualifikation der Schlüsselpersonen (Ingenieur für MSRT, Facharbeiter Elektrotechnik) mit Abschlüssen und Lebensläufen; Berufserfahrung: Ingenieur mindestens 5 Jahre Wartung/Instandhaltung MSRT in nukleartechnischen Anlagen, Facharbeiter mindestens 2 Jahre.

Die in den Spezifikationen aufgeführten Nachweise sind bei Angebotsabgabe vorzulegen, weitere Belege können auf Anforderung nachgereicht werden. Unvollständige Nachweise zum Zeitpunkt der Abgabe führen zur Ablehnung.

Einreichungs- und Bewertungsdokumente / Templates

Zum Verfahren gehören Musterformulare und Vorlagen, die zwingend zu verwenden sind und als Anhänge veröffentlicht wurden: Invitation to Tender (ITT), Administrative Annex (Teil 1: Administrative specifications), Declaration on Honour (Anhang 2), Tender Specifications - Technical (Teil 2: Technical specifications), Financial offer form (Anhang 6 - Excel), Draft contract und Anlage 2 (Sicherheitsanforderungen). Alle Formulare sind in den Verfahrensdokumenten auf dem F&T-Portal hinterlegt und in der Regel als Pflichtanhang in eSubmission hochzuladen.

  1. 101 ITT - Invitation to Tender (Hinweise, Kontaktdaten, Einreichungsmodus)
  2. 202 Administrative Annex - Tender specifications: enthält detaillierte Eignungs- und Ausschlusskriterien, Nachweisliste (Anhang 1), Anhang 2-6 u. a.
  3. 303 Declaration on Honour (DoH) - Formular zur Ausschluss- und Eignungserklärung (Anhang 2), mit Alternativen für juristische und natürliche Personen.
  4. 404 Technical Specifications (Teil 2) - Detaillierte Leistungsbeschreibung, Sicherheitsanforderungen, Mindestanforderungen an Personal und Arbeitsabläufe.
  5. 505 Financial offer form (Excel JRC.2026.OP.0350) - Preisblatt/Mengenmodell (Stundensätze, Positionen) - auszufüllen und hochzuladen.
  6. 606 Draft contract + Anlage 2 - Rahmenvertragstext und detaillierte Sicherheitsanforderungen für Auftragnehmer.

Hinweis zu elektronischer Signatur:empfohlen wird eine qualifizierte elektronische Signatur (QES) für unterschriftspflichtige Unterlagen; Handschriftlich unterzeichnete Dokumente sind zulässig, müssen aber aufbewahrt werden.

Sicherheits-, Strahlenschutz- und Zugangsanforderungen

Wesentliche sicherheitsrelevante Forderungen:Zuverlässigkeitsüberprüfung (Akte, nationale behördliche Prüfungen) aller Einsatzkräfte, Strahlenschutzgenehmigung (§25 StrlSchG) bei Tätigkeiten im Kontrollbereich, behördlich registrierter Strahlenpass und ggf. Atemschutztauglichkeit (G26/2) für Personal. Fremdfirmenmitarbeiter benötigen Schulungen/Unterweisungen, Ein- und Auscheck-Messungen, Kontaminationsfreigabe durch Strahlenschutz. Sicherheitsüberprüfungen und organisatorische Maßnahmen hat der Auftragnehmer zu finanzieren. Bei Drittstaatsangehörigen sind zusätzliche Sicherheitsprüfungen durch die Kommission möglich; Bearbeitungszeiten müssen eingeplant werden.

Praktische SicherheitsanforderungenKurzbeschreibung
ZuverlässigkeitsprüfungVor Einsatz: erweiterte Zuverlässigkeitsprüfung (AtG §€12B / AtZüV Kategorie 1); Antrag und Bearbeitungszeit (ca. 4 Wochen) durch Auftragnehmer einzuleiten.
Strahlenschutz§25 Genehmigung für Tätigkeiten in fremden Anlagen; Strahlenpass für Kategorie A Personen; interne Strahlenschutzunterweisungen; Kontaminationsfreigaben; Messzeiten (Anmeldung min. 4 Std. zuvor).
IT- und FernzugriffZugang zu JRC IT kann gewährt werden; Sicherheits-Baseline für Fernverbindungen beachten; Genehmigung für externe Verbindungen erforderlich (Antragsverfahren, 4–6 Wochen).

Praktische Hinweise für die Angebotsabgabe

Vorbereitung:PIC-Registrierung, Prüfung der eSubmission Systemanforderungen (Browser, Dateiformate, maximale Dateigröße; max. 200 Dateien), Bereithaltung aller geforderten Nachweise bei Einreichung (siehe Anhang 1: Liste der einzureichenden Dokumente). Fragen sind im Portal im Abschnitt Questions & Answers zu stellen; Antworten werden veröffentlicht. Beachten: eingereichte Angebotsunterlagen dürfen nicht nach Ablauf der Frist geändert werden; Angebotsrückzug oder Ersatz vor Fristende ist möglich.

  • Alle Eignungsnachweise sind mit dem Angebot einzureichen oder auf Anfrage kurzfristig bereitzustellen (soweit in Anhang 1 spezifiziert).
  • Vorbehaltloses Akzeptieren der Vertragsbedingungen (Entwurf ist Bestandteil der Ausschreibungsunterlagen).
  • Wenn gemeinsame Angebote: Vereinbarung/Vollmacht (Anhang 3) und Benennung des federführenden Mitglieds zwingend.
  • Benennung und Verpflichtungsschreiben benannter Unterauftragnehmer (Anhang 4 & 5.1) bei >20 % Anteil bzw. wenn Kapazitäten zur Erfüllung der Eignungskriterien in Anspruch genommen werden.

Zusammenfassung und Empfehlung

Diese Ausschreibung ist ein klassischer technischer Beschaffungsauftrag für wiederkehrende Instandhaltungs- und Wartungsleistungen im Bereich Mess-, Steuer- und Regeltechnik eines sicherheitsrelevanten Forschungsstandorts. Vergabe erfolgt als Rahmenvertrag ohne Wiederöffnung der Konkurrenz, Laufzeit bis zu 48 Monate, Höchstvolumen 1 Mio. EUR. Die Auswahl erfolgt strikt nach niedrigstem Preis, jedoch erst nach erfolgreichem Passieren der Ausschluss- und Eignungskriterien. Sicherheit, Strahlenschutz- und Zugangsanforderungen sind besonders restriktiv und erfordern behördliche Prüfungen, Genehmigungen und fachlich qualifiziertes Personal. Bieter müssen vollständige administrative und technische Nachweise gemäß Anhängen einreichen; fehlende oder unvollständige Nachweise bei Abgabe führen zur Ablehnung. Vorbereitung: rechtzeitig PIC registrieren, eSubmission testen, alle Nachweise (Zeugnisse, Zertifikate, Referenzen, finanzielle Nachweise, DoH, Vereinbarungen mit Unterauftragnehmern) sammeln, ggf. Siemens-Partnerschaft oder gleichwertige Nachweise bereitstellen, und die Sicherheits- und Strahlenschutzprozesse (Zuverlässigkeitsüberprüfung, Strahlenschutzgenehmigung, Strahlenpass, Atemschutztauglichkeit / G26/2) planen.

Was ist dieses Angebot? Kurz:Es ist eine öffentliche Ausschreibung der Europäischen Kommission (JRC Karlsruhe) zur Vergabe eines Rahmenvertrags für technische Wartungs- und Instandhaltungsdienste im Bereich Mess-, Steuer- und Regeltechnik. Die Vergabe erfolgt elektronisch über das EU Funding & Tenders Portal; Bieter müssen umfassende administrative, finanzielle, technische und sicherheitsrelevante Nachweise erbringen. Die Vergabeentscheidung basiert vollständig auf dem niedrigsten Preis unter den Bietern, die alle Eignungs- und Ausschlusskriterien erfüllen.

Footnotes

  1. 1Ausschreibungsunterlagen und Downloadbereich (Tender details) sind im EU Funding & Tenders Portal abrufbar: ec.europa.eu

Short Summary

Impact

Ensure safe, continuous operation and regulatory-compliant maintenance of measurement, control and regulation technology at the JRC Karlsruhe to support nuclear research infrastructure and facility uptime.

Applicant

Applicants must provide qualified MSRT engineering capacity (diploma/MSc level), skilled electricians, Siemens SIMATIC/PCS7/WinCC expertise, proven experience in maintenance of nuclear or safety‑critical installations, and ability to pass German security and radiation‑protection clearance requirements.

Developments

Funding will cover maintenance, repair, modification and calibration of MSRT systems and associated technical installations, including PLC/HMI work, sensor calibration (including gas calibration), controller replacement and technical documentation updates at a nuclear research site.

Applicant Type

Profit SMEs/startups and large corporations specialised in industrial automation, calibration and nuclear facility maintenance.

Consortium

Both single applicants and consortia are permitted; bidders may submit as sole tenderers or joint bids (consortia) but consortia must nominate a lead and comply with joint liability rules.

Funding Amount

Estimated total ceiling:€1,000,000 (excluding VAT) for the framework agreement over up to 48 months (initial 12‑month term with up to three 12‑month renewals).

Countries

Open to organisations established in EU Member States and EEA countries and to third countries covered by the WTO GPA or explicitly eligible under the Euratom Research and Training Programme, with personnel security vetting for third‑country nationals.

Industry

Targets the nuclear research infrastructure / nuclear safety and technical maintenance sector (facility operations and industrial MSRT services).

Additional Web Data

Opportunity Overview

This is a public procurement tender issued by the European Commission's Joint Research Centre (JRC) Karlsruhe for maintenance and repair services in the field of measurement, control and regulation technology (MSRT) for technical installations at the JRC facility in Karlsruhe, Germany. The tender is published under procedure identifier EC-JRC/KRU/2026/OP/0350 and follows an open procedure framework agreement model.

Tender Reference and Publication Details:Procedure ID: EC-JRC/KRU/2026/OP/0350. TED Reference: 78/2026 274102-2026. Published: 22 April 2026. Contracting Authority: Europäische Kommission, Gemeinsame Forschungsstelle (JRC), Hermann-von-Helmholtz-Platz 1, D-76344 Eggenstein-Leopoldshafen, Germany.

Key Dates and Deadlines

MilestoneDate and Time
Publication Date22 April 2026
Deadline for Receipt of Tenders01 June 2026, 12:00 Berlin Time
Public Opening Date and Time01 June 2026, 15:00 Berlin Time
Deadline for Questions22 May 2026, 23:59 Berlin Time
Site Visit (Optional)19 May 2026, 10:00 at JRC Karlsruhe
Time Remaining for SubmissionApproximately 40 days from publication

Funding and Contract Value

Estimated Total Value:€1,000,000 (one million euros) excluding VAT. This represents the maximum ceiling for all services to be procured under the framework agreement over its entire duration.

Contract Type and Duration:Single framework agreement without reopening of competition. Initial duration of 12 months with automatic renewal for up to three additional 12-month periods, for a maximum total duration of 48 months. The framework agreement does not obligate the contracting authority to place orders at the estimated value.

Estimated Annual Workload:Approximately 2,060 working hours per year, though this is an estimate and actual volumes may vary. The contracting authority reserves the right to reduce this volume without triggering any claims.

Scope of Work and Services

The tender covers maintenance, repair, modification and construction work on measurement, control and regulation technology equipment and systems at the JRC Karlsruhe facility. Services are to be performed at the JRC premises in Eggenstein-Leopoldshafen, Germany, on the campus of the Karlsruhe Institute of Technology (KIT).

Service Categories:

  • Troubleshooting, repairs and modifications to control cabinets (relay and programmable logic controller technology)
  • Troubleshooting, repairs and modifications to computer-controlled management systems
  • Calibration and replacement or installation of pressure, temperature, humidity and flow sensors
  • Replacement or installation of pressure/vacuum, temperature and flow regulators
  • Calibration of gas measurement equipment using test gases
  • Documentation updates and technical support
  • Project management support
  • Technical documentation preparation

Two Performance Categories:

Performance 1 (approximately 1,900 hours per year):Requires an engineer with diploma or master's degree in measurement, control and regulation technology, with minimum 5 years professional experience in maintenance and repair of nuclear technical installations. Must have expertise in Siemens SIMATIC systems, relay technology, WinCC, S7/PCS7, ProTool and knowledge of PMA, Kimo and Siemens controllers. Performance 2 (approximately 160 hours per year): Requires a skilled electrician with minimum 2 years professional experience in electrical work, primarily for annual maintenance during September shutdown periods.

Eligibility and Who Can Apply

This is an open procedure accessible to all natural and legal persons established in EU Member States, EEA countries, and third countries that have signed relevant international agreements with the EU, including the WTO Government Procurement Agreement. Participation is also open to entities from third countries eligible for funding under the Euratom Research and Training Programme 2021-2025.

Submission Requirements:

  • Bidders must be registered in the EU Participant Register and obtain a Participant Identification Code (PIC)
  • Tenders must be submitted exclusively via the eSubmission electronic system
  • All documents must be submitted in one of the official EU languages; German version is the only binding text
  • Bidders may submit as sole tenderers or as joint bids (consortia)
  • Subcontracting is permitted with prior written approval

Eligibility Criteria and Requirements

Exclusion Criteria:

Bidders must not be in any of the exclusion situations listed in Article 138 of the EU Financial Regulation, including bankruptcy, breach of tax or social security obligations, grave professional misconduct, fraud, corruption, money laundering, terrorist financing, or significant deficiencies in contract performance. All bidders must submit a declaration of honour confirming non-exclusion.

Selection Criteria - Legal and Business Capacity:

  • Proof of registration in a relevant commercial or professional register
  • Valid authorization for activities and employment in external facilities under Section 25 of the German Radiation Protection Act (StrlSchG) - mandatory for personnel working in controlled areas

Selection Criteria - Economic and Financial Capacity:

Minimum average annual turnover of €500,000 over the last two completed financial years. Evidence required: copies of profit and loss statements for the last two financial years or equivalent bank statements. The most recent financial year statement must be from within the last 18 months.

Selection Criteria - Technical and Professional Capacity:

  • Minimum two equivalent projects in measurement, control and regulation technology completed within the last 5 years, each with minimum value of €200,000
  • Siemens Solution Partner certification in Automation System SIMATIC, Process Control System SIEMENS PCS7, Human Machine Interface, Siemens Industrial Communications and Siemens Factory Automation, or equivalent manufacturer-recognized partnership
  • Certification as a specialist business under the German Water Management Act (Wasserhaushaltsgesetz)
  • Proposed personnel must hold required qualifications: one engineer with diploma or master's degree in measurement, control and regulation technology; one skilled electrician
  • Proposed personnel must have required professional experience: one person with minimum 5 years experience in maintenance and repair of nuclear technical installations; one person with minimum 2 years experience as skilled electrician

Special Requirements and Conditions

Security and Radiation Protection Requirements:

All personnel working at JRC Karlsruhe must undergo extended reliability checks (Category 1) under the German Atomic Law (AtG) and Atomic Reliability Check Regulation (AtZüV) before commencing work. For third-country nationals, additional security screening by the European Commission is required. Personnel working in controlled areas must possess valid radiation protection passes and be classified as occupationally exposed persons Category A under the Radiation Protection Ordinance (StrlSchV). All personnel must undergo annual radiation protection medical surveillance. Entry and exit checks (body counter, urine analysis, lung counter and stool samples as needed) are mandatory. 1

Personnel and Staffing:

The contractor must designate one qualified person as coordinator who serves as the single point of contact with JRC. Personnel must be able to understand and communicate in German or English, particularly for safety-related matters. The contractor is responsible for ensuring service continuity in case of personnel absence and must provide qualified replacement staff within 3 working days. Frequent personnel changes are discouraged; from the third personnel change per year onwards, the contractor may be charged €3,000 per additional person to cover mandatory entry and exit check costs. All personnel changes must be notified at least 4 weeks in advance with complete required documentation.

Working Hours and Access:

Services must be performed on weekdays during JRC working hours of 07:45 to 16:30 (Friday 15:30). Access to JRC premises is available from 07:15. Work in controlled areas is restricted to 08:00-12:00 and 13:00-16:30 (Friday 15:30). Standard working hours are maximum 40 hours per week; overtime requires prior written approval. All personnel must present valid identification (passport or ID card) for access. Mandatory legal rest periods must be observed.

Safety and Compliance:

The contractor must comply with all JRC Karlsruhe internal security rules as outlined in the JRC Karlsruhe Handbook (IMS-KRU-S6.5-MAN-0001-DE). Personnel must receive annual training on hazardous materials handling, crane operation, ladder safety, forklift operation, gas handling, skin protection and load securing. All training must be documented with signed attendance records. The contractor must conduct hazard assessments for all work activities and provide them to the JRC safety engineer on request. Welding work requires prior written authorization. All materials, equipment and machinery must be imported through designated warehouse facilities with specific delivery times (08:00-12:00 and 13:00-16:00, Friday until 15:00). Contamination control procedures must be followed for items removed from controlled areas, with minimum 4 hours advance notice required for radiation protection checks.

IT Access and Communications:

The contractor's coordinator may be granted IT access including email and internet upon justified request and approval. All email communications must include a footer clearly identifying the author as external contractor personnel. Access to social media networks (Facebook, Instagram, YouTube, etc.) is prohibited on JRC computers; violation may result in personnel removal from the site.

Award Criteria and Selection Process

Award Method:Lowest price. The contract will be awarded to the bidder offering the lowest total price, provided the bid meets all minimum requirements and the bidder is not subject to exclusion or other grounds for rejection.

Evaluation Process:

  1. 1Verification of access to procurement rules and absence of EU restrictive measures
  2. 2Administrative compliance check (language, required signatures, authorized representatives)
  3. 3Exclusion criteria assessment based on declarations of honour
  4. 4Selection criteria evaluation (legal capacity, financial capacity, technical capacity)
  5. 5Offer evaluation based on price
  6. 6Verification of absence of restrictive measures and other grounds for rejection
  7. 7Award to lowest compliant bid

Bidders failing any evaluation stage will be rejected without full evaluation of remaining elements. Only the bidder passing all evaluation stages may receive the contract award.

Submission and Documentation Requirements

Required Documents:

  • Declaration of honour on exclusion and selection criteria (Annex 2)
  • Proof of authorization of signatory (copy of appointment or publication of authorized representatives)
  • For joint bids: Agreement/Power of Attorney (Annex 3) signed by all group members
  • List of named subcontractors and subcontracting share (Annex 4) if applicable
  • Commitment letters from named subcontractors (Annex 5.1) and entities providing capacity (Annex 5.2)
  • Proof of legal capacity (registration in commercial or professional register)
  • Proof of economic and financial capacity (profit and loss statements or bank statements for last two years)
  • Proof of technical and professional capacity (project references, certifications, CVs of proposed personnel)
  • Financial offer form (Annex 6) with detailed price breakdown
  • All documents must be submitted via eSubmission electronic system

Financial Offer Format:

Prices must be expressed in euros. Bidders from non-euro countries must convert prices to euros; exchange rate fluctuations are at bidder's risk. Prices must be quoted excluding VAT, taxes and other charges. The EU is exempt from VAT under Articles 3 and 4 of Protocol 7 to the Treaty on the Functioning of the EU. The financial offer must include hourly rates for each service category and total annual volume calculations based on estimated hours (approximately 1,900 hours for Performance 1 and 160 hours for Performance 2).

Contract Terms and Conditions

Payment Terms:

Monthly invoicing based on work performed. The contracting authority has 30 days from invoice receipt to approve documents and make payment. Invoices must include work performed details, project references and contract number. No pre-financing is provided. No performance guarantees or warranty retention are required. Payment is made to the contractor's bank account in euros.

Liability and Insurance:

The contractor executes the contract at its own risk and indemnifies the contracting authority for third-party claims. The contractor must maintain insurance covering risks and damages related to contract execution as required by applicable law, plus appropriate additional insurance according to industry practice. Liability is limited to three times the value of the individual contract, except in cases of gross negligence, willful misconduct, personal injury or intellectual property infringement claims, where full liability applies.

Quality Standards and Remedies:

Services must meet high quality standards according to the latest state of the art in the industry and comply with all contract specifications. If services do not meet quality standards, the contracting authority may: (1) deduct prices proportional to quality deficiencies; (2) apply liquidated damages for delays at 0.3 x (V/d) per day, where V is the service price and d is the contractual duration in days; (3) replace the contractor at contractor's expense; or (4) terminate the contract. The contractor must remedy defects immediately or within specified timeframes.

Termination Rights:

The contracting authority may terminate the framework agreement or individual contracts for: failure to commence services within 15 days of scheduled date; inability to obtain required permits or licenses; material breach of contract specifications or other obligations; repeated refusal to sign individual contracts; exclusion situations; irregularities or fraud; non-compliance with environmental, social or labour obligations; conflicts of interest; changes in contractor circumstances affecting performance; force majeure; changed contracting authority needs; or insufficient competition in multi-supplier frameworks. The contractor may terminate if the contracting authority materially breaches its obligations or in case of force majeure making performance impossible.

Intellectual Property:

All intellectual property rights in results specifically created for the EU under the contract transfer to the EU worldwide and irrevocably. The contractor grants the EU free, non-exclusive, irrevocable licenses for pre-existing materials and background technology. The contractor warrants that all necessary rights are available for the EU's intended uses and that no third-party claims will arise. The contractor must provide a list of all pre-existing rights and obtain necessary author consents.

Confidentiality and Data Protection:

All information and documents related to contract execution are treated as confidential. The contractor may not disclose confidential information to third parties without prior written authorization. The contractor must ensure confidentiality obligations are imposed on all personnel and subcontractors. Personal data processing must comply with EU Regulation 2018/1725 and Regulation 2016/679 (GDPR). The contractor must implement appropriate technical and organizational security measures, report data breaches within 48 hours, and support the contracting authority in fulfilling data protection obligations.

Applicable Law and Dispute Resolution

The contract is governed by EU law supplemented by German law where applicable. The UN Convention on International Sale of Goods is excluded. Exclusive jurisdiction for disputes lies with the courts of Karlsruhe, Germany.

Key Contacts and Information

Contracting Authority:European Commission - JRC Karlsruhe, P.O. Box 2340, 76125 Karlsruhe, Germany. Administrative contact: JRC-Contracts-Karlsruhe@ec.europa.eu. Technical contact details to be specified in individual contracts.

Submission Portal:EU Funding and Tenders Portal: ec.europa.eu. Tender details and all documents available under procedure EC-JRC/KRU/2026/OP/0350.

Site Visit:Optional site visit scheduled for 19 May 2026 at 10:00 at JRC Karlsruhe, Hermann-von-Helmholtz-Platz 1, D-76344 Eggenstein-Leopoldshafen. Interested bidders must submit representative names, dates of birth, nationality and ID/passport numbers at least 2 working days in advance to jrc-procurement-karlsruhe@ec.europa.eu.

Important Considerations for Applicants

This is a specialized procurement requiring expertise in nuclear facility maintenance and strict compliance with German radiation protection regulations. The JRC Karlsruhe facility is located on the KIT campus and operates under enhanced security and safety protocols. Bidders should carefully review all technical specifications and security requirements before submitting offers. The extensive security vetting process (typically 4 weeks for EU nationals, up to 7 weeks for third-country nationals) means early planning is essential. Personnel must be prepared for mandatory radiation protection training, medical surveillance and entry/exit contamination checks. The framework agreement structure means the contracting authority is not obligated to place orders at the estimated value, creating revenue uncertainty. Bidders should ensure they can maintain qualified personnel availability and handle potential personnel changes efficiently given the 4-week advance notice requirement and €3,000 per-person charges for excess changes.

Footnotes

  1. 1Detailed security and radiation protection requirements are specified in the Technical Specifications (Part 2) document, Section 3, which includes comprehensive provisions on reliability checks, radiation protection passes, occupational exposure categories, medical surveillance, contamination control procedures and mandatory training requirements. Contractors must budget for all security clearance costs as these are not reimbursed by the contracting authority.

Update Log

No updates recorded yet.

Documents

Document filePDF documentPDF documentWord documentPDF documentExcel 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 ↑

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 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

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

NL-Petten: Integrated Petten entrance (IPE), exterior security measures

TenderOpen

Open tender EC-JRC/PTT/2026/OP/0492 invites bids for delivery, installation, testing and commissioning of exterior security measures for the Integrated Petten Entrance (IPE) at JRC Petten, including hostile vehicle mitigation bollards, v...

May 13th, 2026

Provision of General Maintenance at EUAA Premises in Italy (Buildings and containers). Lot 1 in Northern and Central Italy. Lot 2 - South of Italy

TenderOpen

The European Union Agency for Asylum (EUAA) has published an open tender (EUAA/MLA/2026/OP/0010, TED ref. 82/2026 291530-2026) to award two single-award framework contracts for preventive, corrective and emergency maintenance of building...

June 15th, 2026

NL-Petten: Preventief en correctief onderhoud van luchtbehandelingskasten van het GCO Petten, alsmede éénmalig herstel volgens bevindingenlijst

TenderOpen

This tender (EC-JRC/PTT/2026/OP/0492) issued by the European Commission Joint Research Centre (GCO Petten) procures preventive and corrective maintenance services for air handling units at the Petten site. The scope includes annual preve...

June 1st, 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

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

TenderOpen

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,...

June 3rd, 2026

House of European History in Brussels exhibition maintenance, renewal and construction

TenderOpen

The European Parliament Directorate General for Communication has published an open tender for a framework contract to provide exhibition maintenance, renewal and production services at the House of European History in Brussels. The maxi...

June 23rd, 2026

Bâtiments : Inspections en gros-œuvre et second-œuvre ; Contrôle technique ; Analyses par laboratoire agréé

TenderOpen

Open procedure tender CDR/2026/OP/0007 led by the Committee of the Regions with the European Economic and Social Committee for a single framework agreement covering three service lots: building inspections (structure and finishes), speci...

May 28th, 2026

Electric power supply for the premises of the European Union institutions in Bratislava, Slovakia

TenderOpen

Open procedure tender EP-INLO/LUX/2026/OP/0012 by the European Parliament INLO for the supply of electricity to EU premises at Hurbanovo námestie 6, Bratislava (approx. 2,700 m2, estimated annual consumption 450,000 kWh). The contract is...

June 2nd, 2026

Security services for the Delegation of the European Union to Namibia

TenderOpen

Tender for provision of security services to the EU Delegation in Namibia (EEAS/DELNAMW/2026/CPN/0034) under a framework agreement; scope includes security personnel and electronic security systems with performance monitored by KPIs. The...

May 26th, 2026