Framework Contract for Training Activities and Knowledge Management in the fields of Civil Protection and Disaster Risk Management
Overview
The European Commission DG ECHO is procuring a single framework contract for training activities and knowledge management in civil protection and disaster risk management. The contract has a maximum ceiling of €10,000,000 and a maximum duration of 48 months, with tenders due via the EU Funding and Tenders Portal by 16 June 2026 at 16:00 Brussels time. Award will be by best price quality ratio with price weighting 35 percent and quality 65 percent and minimum selection thresholds for quality and experience. Tenderers must demonstrate average annual turnover over the last two years above €1,000,000, at least 15 permanent staff and designated key personnel with specified experience levels.
Partner Search
Find collaboration partners for this call
What You Offer
Describe your expertise here...
You Are Looking For
Describe what you seek here...
Highlights
What it funds
Scope summary
A single EU framework contract (EC-ECHO/2026/OP/0002) to supply training and knowledge-management services for the Union Civil Protection Mechanism and related disaster risk management work: design, development and delivery of online modules (e-learning), blended and ad-hoc courses, training-of-trainers, webinars, workshops, summer/winter schools, studies, surveys, mapping, policy guidance and competence frameworks.
Who can apply:Any economic operator established within the scope of the EU Treaties, international organisations and eligible third‑country operators where allowed by procurement rules; joint tenders and subcontracting permitted subject to selection/exclusion rules in the tender documents. 1
Key financial and contractual facts
- 1Estimated total value (ceiling): €10,000,000
- 2Contract type: single framework agreement (services) with specific contracts
- 3Maximum duration: up to 48 months
- 4Award method: best price-quality ratio (price 35%, quality 65%)
| Milestone | Detail |
|---|---|
| Tender reference | EC-ECHO/2026/OP/0002 |
| Estimated value | €10,000,000 |
| Maximum contract duration | 48 months |
| Main CPV | 80500000 Training services |
Deadlines and submission
Primary submission deadline published on TED:16 June 2026, 16:00 (Europe/Brussels). Some portal records also show an earlier timestamp (01 January 2026) — consult the procurement dossier for final timing. Submission is electronic only via the EU Funding & Tenders Portal (eSubmission) using EU Login.
How proposals are evaluated
Tenders are assessed for eligibility, exclusion and selection criteria (financial and technical capacity) and awarded on the most economically advantageous tender formula combining price (35%) and quality (65%). Minimum quality thresholds apply to each sub‑criterion.
Practical next steps (concise)
- 1Register organisation in the Participant Register and obtain a PIC
- 2Download full procurement documents from the Funding & Tenders Portal and follow the eSubmission instructions
- 3Ensure you meet selection minima (e.g. average turnover, team profiles, project references) and prepare requested declarations (Declaration on Honour, financials, CVs)
- 4Submit technical and financial tenders via eSubmission by the deadline
Documents, templates and the draft framework contract are available on the call page on the EU Funding & Tenders Portal (see tender details). Link to tender page
Footnotes
- 1See the procurement documentation on the Funding & Tenders Portal for full eligibility, restrictive‑measures, exclusion and selection rules and required supporting evidence: the Invitation to Tender, Tender Specifications (Part 1 administrative and Part 2 technical) and Annexes are authoritative sources.
Find a Consultant to Support You
Breakdown
This procurement is an open procedure launched by the European Commission, DG ECHO (European Civil Protection and Humanitarian Aid Operations) to award a single framework contract for a maximum aggregate ceiling of €10 000 000 (ten million euro) for up to 48 months. The framework contract covers the design, development and delivery of learning and knowledge management services in the fields of civil protection, disaster risk management and crisis management for the Union Civil Protection Mechanism (UCPM), the Union Civil Protection Knowledge Network, the UCPM Training and Exercises Programme and to support implementation of the Preparedness Union Strategy and the Disaster Resilience Goals.
Key administrative facts
Contracting authority:European Commission, DG ECHO - Emergency Response Coordination Centre, Civil Protection Emergency Response Capabilities. Procedure reference: EC-ECHO/2026/OP/0002 (TED reference 243098-2026). Main CPV: 80500000 - Training services. Nature of contract: services. Award method: best price-quality ratio. Form of contract: single framework contract, without reopening of competition. Estimated maximum contract value (ceiling): €10 000 000. Maximum contract duration: 48 months from entry into force. TED publication date: 09/04/2026. Deadline for receipt of tenders (electronic eSubmission): 16/06/2026 16:00 Europe/Brussels. Date and time of public opening: 17/06/2026 10:30 Europe/Brussels. Contract notice and procurement documents available on the Funding & Tenders Portal.
Primary objectives:Assist the Commission in implementing the Disaster Resilience Goals and key actions of the Preparedness Union Strategy; support Knowledge Network initiatives and the UCPM Training and Exercises Programme; facilitate evidence-based policy making through studies and analysis; and strengthen capacity building by developing and delivering online modules, blended and ad-hoc training courses, training-of-trainers, webinars, workshops, summer/winter schools, and studies.
Scope of services (what will be procured)
The framework contract covers a broad portfolio of services and deliverables focused on training and knowledge management across prevention, preparedness, response and recovery domains. Services to be procured include but are not limited to:
- 1Design, development, hosting and maintenance of modular online training courses (SCORM compliant, editable source files) and associated multimedia assets; multilingual translation on request.
- 2Design, development and delivery of blended and fully face-to-face ad-hoc training courses (including Training of Trainers), workshops, webinars and summer/winter schools with full logistics and participant management.
- 3Brokering of third-party training services (contractual brokerage fee up to 10% to be proposed by tenderers).
- 4Delivery of studies, mapping exercises, surveys, stakeholder consultations, policy recommendations, guidance documents, competency frameworks, and related dissemination materials (reports, infographics, short briefs, edited outputs).
- 5Monitoring, evaluation and quality assurance processes for all training and study activities, including participant assessment and performance indicators.
- 6Use of the EU Academy Learning Management System (LMS) or other Commission LMS for hosting and participant tracking; support for course upload, configuration, and participant support.
- 7Administrative, logistical and travel arrangements for participants, faculty and observers for face-to-face events, including venue selection, accommodation, catering, transfers and accessibility, and contingency planning.
- 8Intellectual property management, handover and transfer of course sources, assets and documentation to the Commission or next provider at contract end.
Eligible applicants and organizational requirements
This is a public procurement procedure open to economic operators as per the Financial Regulation. Tenderers can be sole legal entities or groups (joint tenders). Subcontracting is permitted but must be declared and certain subcontractors (identified subcontractors) must be listed with commitment letters where they contribute to selection criteria or exceed 20% of the contract. Entities on whose capacities tenderers rely (not subcontractors) must provide commitment letters if used to satisfy selection criteria. Participation rules exclude entities subject to EU restrictive measures; access to procurement rules apply as described in the tender documents.
Eligible applicant types:SMEs and large enterprises, training providers, consultancies, research institutes, universities, NGOs, non-profits, professional associations, consortia (joint tenders), and international organisations (subject to procurement access rules).
Evaluation, award and minimum selection requirements
Award method:most economically advantageous tender (best price-quality ratio). Weighting: Price 35%, Quality 65%. Quality is scored out of 100 points and includes methodology (60 points), project management and quality assurance (20 points), and risk analysis & mitigation (20 points). Minimum thresholds: each criterion and sub-criterion must achieve at least 50% of its points; the overall quality score must be at least 70%. Tenders failing minimum thresholds will be rejected.
Key selection (minimum) criteria (technical and financial):Economic/financial capacity: average annual turnover over the last two closed financial years above €1 000 000 (consolidated across involved entities where applicable). Technical/professional capacity: defined lists of prior projects and minimum experience across categories (international training, e-learning development, webinars, workshops, studies covering multiple EU countries), plus demonstrable cooperation with civil protection authorities from at least three different EU/UCPM participating states; staffing resource minimums (at least 15 permanent staff across the tenderer) and detailed CV requirements for named roles.
- 1Required core team roles (minimum experience and language level C1 English): Project Coordinator (>=10 years), Quality Manager (>=10 years), Training Managers (>=5 years), Instructional Designers (>=5 years), e-Learning Designers (>=5 years), e-Learning Developers (>=5 years), Multimedia Designer (>=5 years), Graphic Designer (>=5 years), Monitoring & Evaluation Expert (>=5 years), Activity Managers and Research Analysts for studies (>=5 years).
- 2Technical evidence required: lists of project references with dates, scopes, client contact evidence; access/demo of e-learning produced (links where available); samples or templates for proposed online and blended courses (Annex 7 templates).
- 3Financial evidence required: simplified balance sheets and profit & loss accounts for the last two years, per Annex 9 template.
Contracting model and implementation
Single framework contract to one contractor. Specific contracts (orders) will be issued using request for specific contract process and the contractor will respond with a specific tender to each request (minimum reply timelines set). The framework establishes ceiling amounts and unit price lists; specific contracts include detailed terms of reference, schedules, deliverables and budgets derived from the framework price list. The Framework Contract contains clauses on intellectual property (the Union acquires ownership of results created under the contract; pre-existing rights must be declared and licensed royalty-free), security requirements, data protection, checks and audits and quality assurance.
Place of performance:Services are performed at contractor's premises and at locations indicated in specific contracts (EU Member States, UCPM Participating States; in duly justified cases candidate and neighbourhood countries may be used). Online components will be hosted on the EU Academy LMS or similar Commission LMS.
Deadlines, submissions and practicalities
Submission method:electronic only via the Funding & Tenders Portal eSubmission. eSubmission requires EU Login and a Participant Identification Code (PIC). Tenderers must upload technical tender (max 50 pages excluding annexes) and financial tender using Annex 6 financial model. Maximum of 200 uploaded files; individual attachment size limits per eSubmission system. Tender validity: minimum 9 months. Questions may be submitted through the portal Q&A; contracting authority is not bound to reply to questions submitted after 08/06/2026 23:59 Europe/Brussels. Contracting authority not bound to reply to questions within 6 working days before deadline for receipt of tenders.
Deadlines:Publication date: 09/04/2026. Q&A cut-off for contracting authority reply: 08/06/2026 23:59 Europe/Brussels. Deadline for receipt of tenders: 16/06/2026 16:00 Europe/Brussels. Public opening: 17/06/2026 10:30 Europe/Brussels.
Funding and financial modalities
This is a procurement (service contract) funded from EU budget lines relevant to DG ECHO and the Union Civil Protection Mechanism (rescEU). The estimated maximum framework ceiling is €10 000 000. Prices in the financial tender must be submitted in euro, free of duties and taxes (no VAT charged to the Commission). Specific contracts may include pre-financing up to 30% and balance payment upon acceptance of deliverables and activity report. The financial model (Annex 6) provides a detailed price list of unit items to be completed by tenderers.
Funding type:Procurement / service contract (payment for services).
Geographic and eligibility scope
Participation is open to natural and legal persons within scope of EU Treaties and as allowed by Financial Regulation and rules on access to procurement. The UCPM currently includes 37 participating states (27 EU Member States plus Albania, Bosnia and Herzegovina, Iceland, Moldova, Montenegro, North Macedonia, Norway, Serbia, Türkiye and Ukraine). Services will be delivered across EU Member States and UCPM Participating States and may involve participants from candidate and neighbourhood countries when justified.
Beneficiary scope (Geographic eligibility):Primarily EU Member States and UCPM Participating States; participants and subcontractors from these and other countries may be used subject to procurement access rules and restrictive measures checks.
Project stage and expected maturity
The Framework Contract is designed to support activities across TRLs and stages from capacity building and awareness (training design and roll-out) through research, studies, analysis, validation and operational readiness (deployable training and exercises). Expected project maturity: development, validation, demonstration, and operational deployment / capacity building. The Commission expects providers with mature instructional design, e-learning production, training delivery and research experience.
Project stage:Development, validation, demonstration and operational delivery (training/learning and studies) for civil protection and disaster risk management.
Application structure and templates
Tenderers must submit a technical tender (max 50 pages A4 Times New Roman 12, line spacing 1, annexes excluded) and a financial tender using the Financial Tender form (Annex 6) and the price list. The tender must include: Declaration on Honour (Annex 2), Agreement/Power of Attorney for joint tenders (Annex 3), list of identified subcontractors (Annex 4) and commitment letters (Annexes 5.1 / 5.2) where required, evidence for selection criteria (project lists, CVs in Europass format for named experts, balance sheets and profit & loss accounts as per Annex 9). Templates for course descriptions/programmes are provided in Annex 7 and must be used for the sample course proposals (online and blended Inclusive Preparedness courses). Specific tender template (Model specific tender) is provided to respond to requests for specific contracts. Detailed annexes and draft Framework Contract are provided in procurement documents.
Application templates and forms (how application forms look):Annex 1: list of required documents; Annex 2: Declaration on Honour template; Annex 3: Agreement/Power of Attorney for joint tenders; Annex 4: List of identified subcontractors template; Annex 5.1 and 5.2: Commitment letters; Annex 6: Financial tender / price list spreadsheet (unit prices for service items); Annex 7: course templates (online module and blended course and workshop templates); Annex 8: Draft Framework Contract; Annex 9: financial accounts template (simplified balance sheets/profit & loss). CVs must use Europass format and language certificates for C1 English must be attached where requested.
Scoring, stages, co-funding and success chances
The procurement evaluation proceeds in administrative & exclusion checks, selection checks (legal, financial, technical), and full technical and financial evaluation. Award uses a single-stage submission of technical and financial offers. The procurement has a single evaluation stage with potential requests for clarifications and further evidence. Co-funding is not required; this is a paid service contract. The Commission may request performance/financial guarantees for specific contracts but the Framework Contract does not require an initial performance guarantee. The contracting authority may request pre-financing for specific contracts (up to 30%).
Consortium requirement:Either a single tenderer or a consortium (joint tender) is allowed. Joint tenders must appoint a group leader and sign the Agreement/Power of Attorney (Annex 3). Joint tender members are jointly and severally liable.
Co-funding requirement:No co-funding required. This is a service procurement; the contractor will be paid per the financial tender and the specific contract terms. Costs to comply with security requirements (background checks, clearances) are at the contractor’s expense.
Application stages:Single submission stage (electronic tender containing administrative, selection and award-related documents). After administrative and selection checks, the contracting authority evaluates quality and price. Presumed successful tenderer will be requested to provide supporting evidence for exclusion and selection criteria prior to award. Specific contracts are then ordered under the framework using a request for specific contract process (contractor replies and signs specific contract).
Number of application stages:1 (single-stage tender submission) for the framework award. Additional competitive replies at specific contract level are required under the framework process for individual assignments (the single framework contractor is the only candidate to be invited for specific contracts—this is a single FWC without reopening of competition).
Success rates:Not published. As a single-award framework open procedure, success rates depend on the number and quality of tenders submitted and compliance with minimum selection criteria. Tenders must pass strict minimum thresholds on quality (sub-criterion minimums and overall minimums) and selection criteria to be eligible for ranking.
Specific technical and operational requirements (detailed)
Technical requirements and minimum deliverables are set out in Tender Specifications Part 2 (Technical). Highlights include: e-learning authoring using industry tools that export SCORM 1.2 and deliver editable source files (e.g., Articulate Storyline/Rise or equivalent); LMS compatibility and course maintenance; modular reusable course design; multimedia production (animation, motion graphics, video capture); e-learning accessibility and responsive design; webinars with interactive tools (polls, Q&A); blended and face-to-face design with participatory methods; logistical management for face-to-face events (venue, accommodation within travel time thresholds, catering and accessibility); sustainability and environmental considerations for events; contingency and force majeure plans; monitoring & evaluation frameworks and KPI reporting; handover and transfer of IP and materials at contract end; and compliance with EU data protection and security requirements (including Appendix 1 security requirements).
- 1Deliverables: SCORM packages and editable source files, multimedia assets, course pages (LMS), participant certificates, activity reports, final consolidated report, yearly progress reports, and study reports with executive summaries and dissemination products.
- 2Quality assurance: contractor must implement a QA plan for the Framework and for each specific contract, and the Commission will conduct quality control and monitoring.
- 3Intellectual property: Union acquires ownership of results created under the contract; pre-existing rights must be declared and licensed royalty-free to the Union; contractor must supply list of pre-existing rights and evidence of clearance with final balance invoice.
- 4Security and data protection: contractor and personnel must comply with Commission security requirements and Appendix 1, ensure data localisation rules for personal data, implement incident reporting (notify contracting authority within 48 hours of a security incident) and cooperate with audits and checks.
Administrative items, checks and audits
Tenders will be checked for administrative compliance, exclusion criteria and selection criteria. The Commission may ask the presumed successful tenderer for supporting documents and evidence before awarding. The contract contains provisions for checks, audits and forensics by the Commission, OLAF, Court of Auditors and EPPO where applicable. The contractor must keep records and original documentary evidence for five years after payment of the balance of the last specific contract. The Commission may request documentation at any time during the procurement and up to five years after the last payment.
Evidence and documents to submit with the tender (not exhaustive):Declaration on Honour (Annex 2), identification and authorised signatory evidence, Agreement/Power of Attorney for joint tender (Annex 3), list of identified subcontractors (Annex 4) and commitment letters (Annex 5.1/5.2), simplified balance sheet and accounts for the last two years (Annex 9), list of project references and technical evidence for TA criteria, technical tender (max 50 pages), and financial tender using Annex 6 financial model.
Risks and recommended tenderer actions
Key risks include failing to provide minimum selection evidence (financial and technical), insufficient demonstration of staff and resource capacity, failing to meet the specified minimum quality thresholds, not providing required commitment letters for subcontractors or entities relied upon, and non-compliance with security/data rules. Tenderers should prepare Annex 2 declaration, Annex 6 financial model, Annex 7 course templates, provide Europass CVs and language certificates, list subcontractors with Annex 5.1/5.2 commitment letters if needed, confirm PIC registration and ensure compliance with eSubmission technical requirements. Demonstrating prior experience with EU training platforms and LMS integration and providing access to previous e-learning will strengthen the tender.
Answers to the structured categorization questions
Below are the requested structured answers derived from the procurement documentation and call for tenders content.
Eligible Applicant Types:Startups, SMEs, large enterprises, universities, research institutes, nonprofits, NGOs, international organisations, consultancies, training providers, public-private consortia and joint tender consortia. Individuals cannot be sole contractors unless organised as a legal person able to sign contracts. Subcontractors allowed but must be declared where required.
Funding Type:Procurement service contract (framework contract) financed from EU budget lines (DG ECHO/Union Civil Protection Mechanism funds). Payment for services.
Consortium Requirement:Either a single tenderer or a consortium (joint tender) is allowed. Joint tenders must appoint a group leader and sign an Agreement/Power of Attorney (Annex 3).
Beneficiary Scope (Geographic Eligibility):EU Member States and UCPM Participating States; contractors from other third countries may participate only if procurement access rules are satisfied. The UCPM currently includes 27 EU Member States and 10 Participating States (Albania, Bosnia and Herzegovina, Iceland, Moldova, Montenegro, North Macedonia, Norway, Serbia, Türkiye and Ukraine) and activities will primarily target those geographies.
Target Sector:Civil protection, disaster risk management, crisis management, preparedness and response; cross-sectoral themes such as population preparedness, risk communication, multi-hazard approaches, and Knowledge Network activities. Relevant adjacent sectors: humanitarian aid, public health preparedness, logistics and emergency coordination.
Mentioned Countries:The opportunity text explicitly mentions all EU Member States and lists the 10 UCPM Participating States: Albania, Bosnia and Herzegovina, Iceland, Moldova, Montenegro, North Macedonia, Norway, Serbia, Türkiye and Ukraine. The home location of the contracting authority is Belgium (Brussels).
Project Stage:Expected maturity: development, validation, demonstration and operational delivery (training programme implementation, studies and policy support). The call covers everything from course design to operational delivery and follow-up evaluation.
Funding Amount:Framework contract ceiling: €10 000 000 (ten million euro) for the maximum duration (48 months). Specific contracts will derive from the framework and may include pre-financing up to 30% for each specific contract.
Application Type:Open call for tenders (single-stage) via the EU Funding & Tenders Portal eSubmission (electronic submission only).
Nature of Support:Monetary compensation for contracted services (money). Additionally recipients will receive service contracts (non-monetary in-kind delivery of training and knowledge management services).
Application Stages:Single-stage framework award: 1 major submission stage for the framework. The awarding process includes administrative checks, exclusion & selection verification and quality+price evaluation. After framework award, the contractor will respond to specific contract requests (separate specific-tender replies or order forms under the framework) per Article I.4.3 of the draft framework contract.
Success Rates:Not provided in the procurement documents. Success depends on meeting minimum selection thresholds and ranking against other tenders. No historic success rate reported.
Co-funding Requirement:No co-funding required from applicants. This is a fee-for-service procurement. The contractor bears costs for compliance with security and other mandatory obligations unless otherwise specified in specific contracts.
Templates and application structure (detailed outline to support applicants)
Tenderers must compile a technical tender (max 50 pages, excluding annexes) and a fully-completed financial tender using the financial model (Annex 6). Required components and recommended structure are listed below to assist applicants in preparing a compliant submission.
- 1Cover and administrative section: identification of tenderer (PIC), contact person, legal form, VAT, country of establishment; Declaration on Honour (Annex 2); evidence of signatory authority.
- 2Executive summary (1–2 pages): summary of tenderer profile, unique selling points, proposed approach and confirmation of compliance with minimum requirements.
- 3Technical proposal (main body, max 50 pages): methodology (design-to-delivery lifecycle), detailed approach to each type of activity (online modules, blended courses, ToT, workshops, webinars, summer/winter schools, studies), learning & pedagogical approach, LMS and e-learning toolchain, multimedia production capabilities, accessibility and inclusion measures, sustainability measures for events, contingency plan and security approach, M&E framework and KPIs, participant selection and invitation process, proposed staffing and governance structure and coordination mechanisms, handover and IP management.
- 4Work plan and timetable: project organisation chart, Gantt/implementation schedule for typical specific contract types, delivery milestones and review points.
- 5Staffing and CVs (annexes): named core team members (Project Coordinator, Quality Manager, Training Managers, Instructional/Learning Designers, e-learning developers, multimedia and graphic designers, M&E expert, Activity Managers and Research Analysts). CVs must be in Europass format and include language certificates for C1 English where required. CVs do not count toward the 50-page limit.
- 6Track records and references: list of relevant projects meeting selection criteria (TA A.1–A.7), with dates, scope, client, role and value, and links or access to e-learning produced where available. Include at least the minimum number of references specified (e.g., three online courses, three webinars with >=50 participants, three workshops, three studies covering multiple EU countries where required).
- 7Financial tender: completed Annex 6 price list and unit prices for items. Prices in EUR, excluding VAT, expressed as required with precision. Tender validity and bank account details.
- 8Subcontracting and commitments: Annex 4 list of identified subcontractors (if any), Annex 5.1 commitment letters from identified subcontractors and Annex 5.2 commitment letters from entities on whose capacities tenderer relies (if used).
- 9Financial evidence: simplified balance sheet and profit & loss accounts for the last two closed financial years per Annex 9 template (evidence for Criterion F1).
- 10Security and data protection: statement of compliance with Appendix 1 security requirements, data processing localisation commitments and any security clearances or planned measures.
- 11Annex: course templates: fill Annex 7 templates for the specified sample courses (Online and Blended Inclusive Preparedness) and workshop template.
Tenders must be uploaded to the eSubmission form in the sections indicated in Annex 1 of the Part 1 Administrative specifications and must follow naming conventions and attachment guidance in the eSubmission System Requirements. The financial tender must use the Excel model in Annex 6. Failure to upload required documents will lead to rejection.
Security, data protection and IP specifics
Security:Appendix 1 sets contractor obligations on information security, incident reporting (notify contracting authority within 48 hours), cooperation with Commission security audits and compliance with Commission cybersecurity rules (including relevant Commission decisions and EU regulations). Contractors must bear financial costs for security background checks and clearances for personnel when required. Data protection: processing of personal data is regulated under Regulation (EU) 2018/1725. For processing on behalf of the Commission the controller is the Commission. Contractor must ensure data localisation, access controls and implement appropriate technical and organisational measures. Intellectual property: the Framework Contract provides that results created under the contract are owned by the Union; pre-existing rights must be declared, and licences for pre-existing materials must be provided royalty-free and worldwide; the contractor must provide a list of pre-existing rights with its balance invoice and supporting evidence on clearance.
Nature of support and payments:Monetary payments under specific contracts as per agreed prices. Pre-financing up to 30% may be provided for specific contracts, and balance payments upon acceptance of deliverables and final activity reports. Invoices are subject to the Commission's payment rules, e-invoicing and VAT exemptions for the EU institutions.
Final summary — What is this opportunity about and how to explain it
This tender is for a high-value single-award framework contract to provide comprehensive training and knowledge management services in the civil protection and disaster risk management domain for DG ECHO and the UCPM. The contractor will design, develop and deliver modular online training, blended courses, training-of-trainers, workshops, webinars and summer/winter schools; produce studies, policy guidance and competency frameworks; manage logistics and participant administration; host and maintain content on the EU Academy LMS (or equivalent); and implement monitoring, evaluation and quality assurance processes. The framework establishes unit prices and a maximum ceiling (€10 million) and will be used to order specific contracts for concrete activities during the contract period (max 48 months). The procurement is open to a wide range of entities (training providers, consultancies, universities, NGOs, consortia), but tenderers must meet strict selection requirements (financial turnover, documented experience in international training and e-learning, staffing capacity and specific expert CVs). Award is by best price-quality ratio with quality heavily weighted (65%). The tender submission is single-stage and electronic via the Funding & Tenders Portal. Security, data protection and IP clauses are stringent and must be addressed precisely in the tender. This opportunity is targeted at organisations capable of delivering multi-modal learning solutions at European and international scale, with experience in civil protection/disaster risk management content and the capacity to mobilise multidisciplinary teams, multimedia and e-learning production, and robust quality assurance and monitoring systems.
The procurement documents, templates, draft Framework Contract, Tender Specifications Part 1 (Administrative) and Part 2 (Technical), Annexes, forms and the financial model are published on the Funding & Tenders Portal; all tender submissions must be made electronically through eSubmission. See the Funding & Tenders Portal call page for downloads and the official invitation to tender. Funding & Tenders Portal - Tender details Invitation to Tender Technical specifications - Part 2 Draft Framework Contract (Annex II) Financial Model (Annex 6) EU Academy information.
Footnotes
- 1For full procedural rules, templates and all annexes referenced in this summary consult the official procurement documents on the Funding & Tenders Portal using the call reference EC-ECHO/2026/OP/0002 and TED reference 243098-2026.
Short Summary
Impact Strengthen disaster resilience across the Union by closing knowledge and skills gaps through evidence-based studies and large-scale training and capacity-building activities in civil protection and disaster risk management. | Impact | Strengthen disaster resilience across the Union by closing knowledge and skills gaps through evidence-based studies and large-scale training and capacity-building activities in civil protection and disaster risk management. |
Applicant An organisation with proven capabilities in instructional design and delivery (including e-learning/SCORM), large-scale training logistics, monitoring & evaluation, and project/quality management in disaster risk management contexts. | Applicant | An organisation with proven capabilities in instructional design and delivery (including e-learning/SCORM), large-scale training logistics, monitoring & evaluation, and project/quality management in disaster risk management contexts. |
Developments Design, develop, host and deliver modular online courses, blended and face-to-face training, training-of-trainers, webinars, workshops, summer/winter schools, studies, mapping exercises and competency frameworks in civil protection and disaster risk management. | Developments | Design, develop, host and deliver modular online courses, blended and face-to-face training, training-of-trainers, webinars, workshops, summer/winter schools, studies, mapping exercises and competency frameworks in civil protection and disaster risk management. |
Applicant Type Profit SMEs/startups, large corporations, NGOs/non-profits, researchers (universities and research institutes), and government organizations. | Applicant Type | Profit SMEs/startups, large corporations, NGOs/non-profits, researchers (universities and research institutes), and government organizations. |
Consortium Open to single applicants or joint tenders (consortia) with subcontracting allowed and identified subcontractors required where applicable. | Consortium | Open to single applicants or joint tenders (consortia) with subcontracting allowed and identified subcontractors required where applicable. |
Funding Amount Framework ceiling €10,000,000 total for a maximum duration of 48 months (specific contracts issued under the framework will define individual budgets; pre-financing up to 30% per specific contract). | Funding Amount | Framework ceiling €10,000,000 total for a maximum duration of 48 months (specific contracts issued under the framework will define individual budgets; pre-financing up to 30% per specific contract). |
Countries Primarily EU Member States and participating neighbouring states under the Union Civil Protection mechanism (including the 10 participating non-EU states); the contracting activity is administered from Belgium (Brussels). | Countries | Primarily EU Member States and participating neighbouring states under the Union Civil Protection mechanism (including the 10 participating non-EU states); the contracting activity is administered from Belgium (Brussels). |
Industry Civil protection and disaster risk management (training and knowledge-management for preparedness, response and recovery). | Industry | Civil protection and disaster risk management (training and knowledge-management for preparedness, response and recovery). |
Additional Web Data
Funding Opportunity Overview
The European Commission, Directorate-General for European Civil Protection and Humanitarian Aid Operations (DG ECHO), is seeking a contractor to provide training activities and knowledge management services in the fields of civil protection and disaster risk management. This is a single framework contract with a maximum value of €10,000,000 and a duration of 48 months.
Contracting Authority:European Commission, DG ECHO, Emergency Response Coordination Centre, Civil Protection Emergency Response Capabilities, Rue de la Loi 86, Brussels, Belgium. Contact: ECHO-CP-TRAINING-EXERCISES@ec.europa.eu
Opportunity Details
Procedure Type:Open procedure for a single framework contract without reopening of competition
Tender Reference:EC-ECHO/2026/OP/0002
Publication Date:9 April 2026
Deadline for Tender Submission:16 June 2026 at 16:00 Brussels time (UTC+02:00)
Public Opening Date:17 June 2026 at 10:30 Brussels time (UTC+02:00)
Deadline for Questions:8 June 2026 at 23:59 Brussels time (UTC+02:00)
Scope and Objectives
The general objective of the framework contract is to assist the Commission in implementing the Disaster Resilience Goals, key actions of the Preparedness Union Strategy, key initiatives of the Union Civil Protection Knowledge Network, and the UCPM Training and Exercises Programme by addressing identified knowledge and skills gaps in the Union Civil Protection Mechanism.
The specific objectives are to facilitate evidence-based policy making with reliable knowledge, evidence, analysis and policy guidance on specific subject areas related to disaster risk management, civil protection and crisis management, and to strengthen capacity building by enhancing knowledge, skills and exchange of good practice and lessons learned.
Services to be Provided
The core services include development, design and delivery of online modules, ad-hoc training courses, training of trainers, thematic seminars and workshops, summer and winter schools, and studies. The contractor will be responsible for designing and delivering comprehensive training and knowledge management activities tailored to the needs of civil protection and disaster risk management stakeholders across EU Member States and UCPM Participating States.
- Online training courses with interactive, multimedia content
- Blended training courses combining online and face-to-face elements
- Ad-hoc training courses addressing specific emerging needs
- Training of trainers programmes
- Workshops fostering knowledge exchange and networking
- Webinars with large audiences and interactive elements
- Summer and winter schools with multiple thematic classes
- Studies, surveys, mapping exercises and policy recommendations
- Development of competency frameworks
- Brokering of training services from third-party providers
Funding and Contract Value
Maximum Contract Value:€10,000,000 for the entire 48-month duration
Contract Duration:Maximum 48 months from the date of entry into force
Payment Structure:Pre-financing of up to 30 percent of each specific contract value, with balance payment upon acceptance of final activity reports. The framework contract does not obligate the Commission to order services for the maximum amount.
Eligibility and Selection Criteria
Who Can Apply
Participation is open on equal terms to all natural and legal persons coming within the scope of the EU Treaties, as well as to international organisations. Tenderers may submit as sole economic operators or as joint tenders (groups). Subcontracting is permitted. Tenderers must not be subject to EU restrictive measures and must have access to procurement as defined in the Financial Regulation.
Economic and Financial Capacity
Tenderers must demonstrate average yearly turnover of the last two financial years above €1,000,000. Evidence must include simplified balance sheets and copies of profit and loss accounts, balance sheets and audit reports for the last two years, or appropriate bank statements.
Technical and Professional Capacity
Tenderers must prove extensive experience in training development and delivery, online learning, studies and research, and civil protection or disaster risk management. Minimum requirements include at least five years of experience in developing and delivering international training courses of similar nature and scale, developing innovative e-learning courses, conducting webinars with large audiences, and managing studies covering multiple EU countries.
The tenderer must demonstrate close cooperation with civil protection authorities from at least three different EU Member States and UCPM Participating States, and must have at least 15 permanent staff available to carry out the required tasks.
Key Personnel Requirements
Tenderers must designate a Project Coordinator and Quality Manager, each with at least ten years of professional experience in project management and quality management respectively. Additional core team members must include Training Managers, Instructional Designers, e-Learning Designers and Developers, Multimedia Designers, Graphic Designers, Monitoring and Evaluation Experts, Activity Managers, and Research Analysts. All key personnel must have at least C1 level English language proficiency.
Evaluation and Award Criteria
Tenders will be evaluated on a best price-quality ratio basis with the following weightings:
- 1Price: 35 percent
- 2Quality: 65 percent
Quality evaluation includes assessment of proposed methodology for training activities and studies, quality of specific training course descriptions, project management and governance, quality assurance measures, and risk analysis with mitigating measures. Tenders must score minimum 50 percent for each criterion and sub-criterion, and minimum 70 percent overall to be ranked.
Submission Requirements
Tenders must be submitted exclusively through the electronic submission system (eSubmission) via the EU Funding and Tenders Portal. Tenders submitted by any other means will be disregarded. All tenderers must register in the Participant Register to obtain a Participant Identification Code (PIC).
- Technical tender: maximum 50 pages (A4, Times New Roman, Font 12, single spacing), excluding annexes
- Financial tender: using the provided financial model in the procurement documents
- Declaration on Honour on exclusion and selection criteria
- Evidence of economic and financial capacity
- Evidence of technical and professional capacity with CVs
- For joint tenders: Agreement and Power of Attorney signed by all group members
- List of identified subcontractors with commitment letters
- All documents must be signed with qualified electronic signature or hand-written signature
Key Conditions and Requirements
Language:All training activities must be delivered in English. Tenders may be submitted in any official EU language.
Place of Performance:Services will be performed at the contractor's premises and at locations indicated in the technical specifications, primarily in EU Member States and UCPM Participating States.
Intellectual Property Rights:The Union acquires irrevocable worldwide ownership of all results and intellectual property rights on newly created materials. Pre-existing rights are licensed to the Union on a royalty-free, non-exclusive, irrevocable basis.
Data Protection and Security:The contractor must comply with EU data protection regulations and security requirements. Personal data processing must comply with Regulation (EU) 2018/1725. The contractor must implement appropriate technical and organisational security measures and notify the Commission of any security incidents within 48 hours.
Environmental and Social Considerations:The contractor must take environmental considerations into account throughout the contract lifecycle and promote equality and diversity in implementation.
Implementation Framework
The framework contract will be implemented through specific contracts or order forms issued by the Commission. Each specific contract will detail the particular services required, timelines, deliverables and associated costs. The contractor must respond to requests for specific contracts within specified timeframes, typically 30 days from receipt of the request.
Within three years following signature of the framework contract, the Commission may use a negotiated procedure to procure additional services from the contractor up to a maximum of 50 percent of the initial framework contract ceiling, consisting of repetition of similar services.
Important Information for Applicants
- This is a framework contract that does not obligate the Commission to order services for the maximum amount
- The current framework agreement expires on 13 March 2026; this tender is for a replacement contract
- Tenderers must ensure all involved entities are not subject to EU restrictive measures
- All costs for tender preparation and submission are borne by tenderers
- The contracting authority may cancel the procurement procedure without compensation to tenderers
- Tenders must remain valid for 9 months from the submission deadline
- The Commission reserves the right to request clarifications and additional evidence during evaluation
- Abnormally low tenders may be rejected
- All procurement documents are available on the EU Funding and Tenders Portal
Contact and Further Information
All procurement documents are available at EU Funding and Tenders Portal. Questions must be submitted through the portal's Questions and Answers section no later than 8 June 2026 at 23:59 Brussels time. For technical issues with the submission system, contact the eSubmission Helpdesk through the portal.
Tenderers are strongly encouraged to subscribe to the call for tenders on the portal to receive notifications of any updates, clarifications or corrigenda.
Footnotes
- 1The framework contract is governed by Regulation (EU, Euratom) 2024/2509 on the financial rules applicable to the general budget of the Union. The contract will be implemented as a single framework contract with one contractor, without reopening of competition for specific contracts.
Update Log
No updates recorded yet.
Discover with AI
Let our intelligent agent help you find the perfect funding opportunities tailored to your needs.
EU Grant Database
Explore European funding opportunities in our comprehensive, up-to-date collection.
Stay Informed
Get notified when grants change, deadlines approach, or new opportunities match your interests.
Track Your Favorites
Follow grants you're interested in and keep them organized in one place. Get updates on changes and deadlines.
EU MODEX Cycle 13 - Exercises on Civil Protection Modules, Other Response Capacities, European Union Civil Protection Teams and Technical Assistance and Support Teams
The European Commission DG ECHO is launching an open tender (EC-ECHO/2025/OP/0045) to design, plan, conduct and self-evaluate EU MODEX Cycle 13 tabletop and field civil protection exercises across four lots with a total budget of EUR 16,...
The Impact of the War in Ukraine on EU Border Regions: Socio-economic, Infrastructure and Cohesion Policy Implications
Planned negotiated procedure EP-CASP/2026/LVP/0001-EXA to commission a research study for the European Parliament Regional Development Committee on the impact of the war in Ukraine on EU border regions. The contract is estimated at EUR 6...
Continuous skills development (CSD): research and policy evidence
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...
Provision of evaluation and evaluation related services to DG ECFIN including impact assessments
The European Commission DG ECFIN has launched an open tender (EC-ECFIN/2026/OP/0015) to award up to four framework service contracts for evaluation, evaluation-related services and support for impact assessments across its economic and f...
Support services in relation to EU cybersecurity certification schemes and CRA implementation
ENISA call ENISA/2026/OP/0007 seeks to award mixed multiple framework contracts (up to 5 contractors) for expert support on EU cybersecurity certification schemes and interplay with the Cyber Resilience Act, with a framework ceiling of E...
Policy and Legal Advice Centre (PLAC V)
Policy and Legal Advice Centre (PLAC V) is a restricted tender under the Instrument for Pre-accession Assistance (IPA III) to support the Serbian administration in aligning national legislation with the EU acquis and strengthening instit...
Experience EU – Education, People-to-People and Alumni Work in the United States
The European Commission FPI (EC-FPI/WAS/2026/EA-RP/0010) has launched a restricted tender to design and deliver a multi-strand education, people-to-people and alumni programme in the United States focused on EU learning, dialogue and tra...
Technical Assistance for Climate Change Adaptation Planning and Improved Response
Restricted tender under the Instrument for Pre-accession Assistance (IPA III) for technical assistance on climate change adaptation addressing river and torrential floods in Bosnia and Herzegovina, estimated value EUR 3,000,000 (excludin...
Formations dans le secteur de la prévention et protection au travail
The Office for Infrastructure and Logistics in Brussels (OIB) has published ex ante publicity (EC-OIB/2026/MVP/0017-EXA) seeking a team of trainers to deliver staff training in occupational health and safety, prevention and protection at...
Consultancy services supporting women’s initiatives and gender equality in Western Balkan border police
The European Border and Coast Guard Agency (Frontex) has published an ExA notice (FRONTEX/2026/LVP/0028-EXA) for a planned negotiated procedure to procure consultancy services supporting women’s initiatives and gender equality in Western...
Comprehensive study on the need to update and enhance emergency and restoration activities and actors in view of the evolution of the power system
CINEA (European Climate, Infrastructure and Environment Executive Agency) invites tenders for a research consultancy service (CPV 73210000) to deliver a comprehensive study to update emergency and restoration practices for the evolving E...
Quality Assurance to Monitoring & Evaluation Systems for the EU External Action
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...