Provision of Tactical Emergency Casualty Care (TECC) products

Overview

Frontex (procedure FRONTEX/2026/OP/0008) invites electronic tenders via the EU Funding & Tenders Portal to establish a single-supplier framework agreement for Tactical Emergency Casualty Care (TECC) products (CPV 33141620) with an estimated total value of €600,000 and maximum duration up to 48 months. The contract covers a predefined catalogue of 17 items including tourniquets, haemostatic dressings, bandages, pouches, airway devices, occlusive chest dressings, thermal blankets and assembled kits, with mandatory physical samples required for items L2.1–L2.15 by the tender deadline. Deadline for receipt of tenders is 13/04/2026 16:00 Europe/Warsaw and award will be based on the best price-quality ratio (60% technical, 40% price) with a minimum technical threshold. Eligibility is open to economic operators within EU/EEA and certain partner countries subject to the tender specifications and exclusion/selection criteria in the procurement dossier.

Highlights

High-level summary

What this tender covers

Framework contract to supply Tactical Emergency Casualty Care (TECC) items (medical kits, tourniquets, haemostatic dressings, bandages, trauma shears, thermal blankets, stretchers, airway tubes, occlusive chest dressings, pouches and assembled kits). The contract is for supplies (DPU delivery) to Frontex HQ and field locations across EU / Schengen associated and neighbouring countries.

Estimated value and duration:Estimated total value €600,000; maximum framework duration up to 48 months (24 months initial + possible 24-month extension).1

  1. 1Who can apply: natural or legal persons and international organisations eligible under EU procurement rules; joint tenders and subcontracting allowed (commitment letters required).
  2. 2Submission method: electronic via EU Funding & Tenders Portal (e-Submission); PIC required for organisations.
  3. 3Award method: best price-quality ratio; technical compliance and samples (samples L2.1–L2.15) are mandatory and failure to deliver samples will lead to rejection.
  4. 4Key procurement documents: Invitation to tender, Tender specifications (Annex I), Technical specifications (Annex II), Draft FWC (Annex III), Financial offer (Annex IV) and templates (Annexes V–IX).
MilestoneDate / detail
TED publication23/02/2026
Deadline for tenders (Warsaw time)13/04/2026 16:00
Public opening14/04/2026 11:00 Europe/Warsaw
Q&A cut-off30/03/2026 23:59 Europe/Warsaw

What the contracting authority requires from bidders:complete technical proposal matching mandatory product specifications in Annex II, delivery of physical samples for items L2.1–L2.15 to Frontex HQ by the tender deadline, fully completed financial form (Annex IV) with unit net prices and indicative transport costs, Declaration on honour and other supporting documents (Annex V–IX).

Indicative quantities and sample notes:The financial template lists specific reference quantities for catalogue items (e.g. tourniquets, dressings, bandages, 3 000 sets of 50 emergency blankets = quote for 150,000 blankets is requested). Samples for L2.1–L2.15 must be delivered to Frontex HQ; failure to provide required samples will result in rejection.

  • Evaluation: technical score (60%) covering product quality, packaging, delivery time and optional disposal services; financial score (40%) based on lowest reference price.
  • Delivery terms: DPU Incoterm 2020 to Frontex HQ (Warsaw) and other designated locations; delivery timelines evaluated (faster delivery scores higher).
  • Contract management: Contractor must nominate Contract Manager and Deputy; communications and documentation in English.

Tenderers should consult the full procurement dossier and submit via the EU Funding & Tenders Portal (e-Submission). Contracting authority: European Border and Coast Guard Agency (FRONTEX).1

Footnotes

  1. 1Procurement documents, templates and Q&A available from the EU Funding & Tenders Portal opportunity page: ec.europa.eu (tender reference FRONTEX/2026/OP/0008).

Find a Consultant to Support You

Breakdown

This open procedure from the European Border and Coast Guard Agency (Frontex) seeks to establish a single-supplier framework contract for the purchase and delivery of Tactical Emergency Casualty Care (TECC) products. The contract covers supply and delivery to Frontex HQ in Warsaw and to designated Frontex field locations, with an estimated total value of €600,000 and a maximum duration of up to 48 months via an initial 24-month term plus a single 24-month renewal. Submissions are electronic via the EU Funding and Tenders Portal eSubmission system. Key references: Procedure ID FRONTEX/2026/OP/0008; CPV 33141620 — Medical kits; Nature of contract: supplies; Award method: best price-quality ratio; Framework agreement without reopening of competition. TED references: 37/2026 126475-2026 and change notice 51/2026 00176269-2026.

Official portal entry and documentation:Full documentation set, deadlines, Q&A and submission are available on the EU Funding and Tenders Portal F&T Portal opportunity page. See Annex I (Tender Specifications), Annex II (Technical Specifications), Annex III (Draft FWC for supplies), Annex IV (Financial Proposal form), Annex V (Declaration on Honour), Annex VI (Tender Submission Form), Annex VII (Power of Attorney and Commitment Letters), Annex VIII (Technical Proposal Checklist), and Annex IX (Declaration of Confidentiality) 1.

Opportunity timeline and administrative details

ElementDetail
Procedure typeOpen procedure (supplies), framework agreement without reopening of competition
Lead contracting authorityEuropean Border and Coast Guard Agency (Frontex), Plac Europejski 6, 00-844 Warsaw, Poland
Estimated total value€600,000 (excl. VAT); Frontex may increase ceiling by up to 50% via negotiated procedure if needed
Maximum contract durationUp to 48 months (24 months initial, auto-renew once for 24 months unless notice given)
Award methodBest price-quality ratio (technical 60% / price 40%)
Main CPV33141620 — Medical kits
TED publication date23/02/2026
Deadline for receipt of tenders13/04/2026 16:00 (Europe/Warsaw)
Public opening of tenders14/04/2026 11:00 (Europe/Warsaw), virtual session upon prior request
Last date for questions30/03/2026 23:59 (Europe/Warsaw)
Submission methodElectronic only via eSubmission on the EU Funding & Tenders Portal
Framework orderingOrder Forms (OF) issued by Frontex; supplies delivered DPU (Incoterms 2020)

Scope of supply and technical content

The framework contract covers a predefined catalogue of TECC products for use in border policing and migration management operations, supporting basic first aid in structured environments, remote settings with enhanced TECC needs, and long-haul missions to third countries with limited medical access. All items must meet mandatory minimum technical features set out in Annex II. Samples for specified items must be delivered to Frontex HQ by the tender deadline and will be used to verify conformity during evaluation.

Catalogue of products and indicative quantities (Annex IV pricing form)

  • L2.1 Pouch for the Patrol Emergency Bleeding Kit (PEBK) — Unit: 1 PEBK — Quantity: 50
  • L2.2 Pouch for Travel Medical Kit (TMK) — Unit: 1 TMK — Quantity: 20
  • L2.3 Pouch for Belt Trauma Kit (BTK) — Unit: 1 BTK — Quantity: 150
  • L2.4 Pouch for tourniquet belt storage — Unit: 1 pouch — Quantity: 150
  • L2.5 C-A-T tourniquet (min. Gen 7, black) — Unit: 1 — Quantity: 300
  • L2.6 C-A-T tourniquet for training (min. Gen 7, blue) — Unit: 1 — Quantity: 50
  • L2.7 Haemostatic dressing (z-folded, vacuum packed, with antimicrobial properties; 7.5 cm wide; 5-year shelf-life) — Unit: 1 — Quantity: 600
  • L2.8 Haemostatic training dressing (no haemostatic agent; 7.5 cm; training-marked) — Unit: 1 — Quantity: 200
  • L2.9 Modular emergency bandage 4 inch (OLAES or First Care/Israeli Bandage) — Unit: 1 — Quantity: 600
  • L2.10 Modular emergency bandage 6 inch (OLAES or First Care/Israeli Bandage) — Unit: 1 — Quantity: 600
  • L2.11 Emergency thermal blanket (silver/gold; min. 210x130 cm; individual packs) — Unit: 50 blanket set — Quantity: 3000 sets (150,000 blankets total)
  • L2.12 Tactical trauma shears (stainless steel; rounded tip; 19 cm) — Unit: 1 — Quantity: 20
  • L2.13 Foldable emergency evacuation stretcher (like FOXTROT LITTER or similar) — Unit: 1 — Quantity: 5
  • L2.14 Nasopharyngeal airway tube with lubricant (adult; latex-free; 5-year shelf-life) — Unit: 1 — Quantity: 600
  • L2.15 Occlusive dressing set for penetrating chest wounds (two dressings, at least one vented; transparent; self-adhesive; 5-year shelf-life; highly visible removal tab) — Unit: 1 — Quantity: 600
  • L2.16 Fully assembled PEBK (assembled with defined components) — Unit: 1 set — Quantity: 50
  • L2.17 Fully assembled BTK (assembled with defined components) — Unit: 1 set — Quantity: 100

Mandatory samples by the tender deadline:L2.1 to L2.15 must be physically delivered (e.g., via courier) to Frontex HQ in Warsaw, addressed to the Procurement Sector, clearly marked with the procedure number. Failure to provide any required sample by the deadline will result in rejection. Frontex retains successful tenderer samples for the FWC duration; unsuccessful tenderers may collect samples within six months of notice.

Key technical specifications highlights (all features mandatory unless noted optional)

  • C-A-T tourniquets L2.5 and L2.6: newest generation, minimum gen 7; L2.5 in black; L2.6 in blue for training.
  • Haemostatic dressing L2.7: haemostatic agent; z-folded; vacuum packed; antimicrobial properties; 7.5 cm width; 5-year shelf-life; X-ray strip preferred (optional).
  • Modular emergency bandages L2.9 and L2.10: compression, sterile, lengths at least 3 meters; newest generation; specific brands allowed (OLAES or First Care/Israeli Bandage).
  • Occlusive chest wound dressing set L2.15: two dressings with at least one vented; transparent; self-adhesive; functions in presence of hair/sweat/blood; separate highly visible removal tab; min area 200 cm2 (approx. 13x15 cm); 5-year shelf-life.
  • Pouches L2.1, L2.2, L2.3: durable nylon 600 den Cordura or equivalent; black; MOLLE compatibility where specified; unique serial number marked permanently; dimension tolerances detailed; quick access mechanisms as defined; mounting requirements for vehicle use (L2.1).
  • NPA tube L2.14: adult size (e.g., 6.5 mm/26FR/140 mm), anatomical curved shape, sterile packaging with compatible lubricant, latex-free, 5-year shelf-life; wide trumpet or adjustable flange preferred (optional).
  • Tactical trauma shears L2.12: stainless steel, durable, rounded tip, 19 cm length (±10%), blade not longer than 6 cm; fluoride-coated non-stick and black colour preferred (optional).
  • Foldable evacuation stretcher L2.13: foldable, light and compact, quick secure straps; fitted for dragging and carrying; allows movement through narrow spaces (e.g., aircraft, buses, trains).

Packaging, quality and delivery requirements:Packaging must prevent damage; each package labeled with item name and exact quantity; compliant with REACH Regulation (EC) No 1907/2006 and Regulation (EU) 2025/40 on packaging and packaging waste; no fees may be claimed for appropriate packaging. Quality: products must meet applicable EU/ISO standards; skin-applicable products dermatologically tested/certified; items with expiry must have at least two years of remaining shelf-life at Order Form signature. Delivery terms: DPU (Incoterms 2020) to Frontex HQ Warsaw and to any other location within the EU, Schengen Associated Countries, or neighbouring countries. Shipment pricing must reflect best market rates; Frontex may request evidence and may adjust/recover if pricing significantly exceeds recognized courier standard rates.

Disposal services (optional scoring criterion):Tenderers may offer disposal services from Warsaw with 0% landfill commitment; ISO 14001 or equivalent certification may be provided. Disposal must comply with applicable privacy, safety, and environmental rules. An audit trail of disposed items is required. Service is requested and priced per case and must reflect market prices; Frontex reserves approval rights.

Evaluation, award criteria and scoring

Tenders are first checked for formal compliance (timeliness, structure) then assessed for access to procurement/eligibility, exclusion and selection criteria, technical compliance with mandatory requirements, and award. Only compliant tenders pass to award evaluation. The contract is awarded to the most economically advantageous tender based on 60% technical quality and 40% price. A minimum technical quality threshold of 60% applies.

Technical evaluation (60 points weight, 100 raw points scale)

  • Criterion 1: Product Quality based on submitted specifications/certificates and delivered samples for each product (total 85 points across L2.1–L2.15 with item-specific sub-scores).
  • Criterion 2: Packaging sustainability (5 points): maximum points if packaging uses recyclable materials; otherwise 0.
  • Criterion 3: Delivery time (5 points): less than 22 calendar days to Warsaw, Thessaloniki, Modugno, Valencia = 5 points; 22–45 = 3; 46–60 = 1; 61–90 = 0. Tenderers must state the maximum delivery time for €1 M³ to each location.
  • Criterion 4: Disposal services (5 points): offering compliant disposal services = 5 points; not offered = 0.

Financial evaluation (40 points weight):Lowest total reference price (sum of products A and indicative transport B) scores 100; others score proportionally. Final score = 0.6 × Technical score + 0.4 × Financial score. Abnormally low tenders may be rejected.

Eligibility, participation and selection criteria

Eligible Applicant Types

Eligible applicants are economic operators capable of supplying and delivering TECC products meeting the mandatory specifications. This includes manufacturers, authorized distributors, wholesalers, trading companies, and integrators of medical/TECC kits. Entities may be SMEs, startups with sufficient capacity, large enterprises, or consortia of such operators. Public bodies and nonprofits may apply if they are economic operators in the market and meet selection criteria. Subcontracting and reliance on other entities’ capacities are permitted subject to conditions.

Funding Type

Procurement (framework contract for supplies). The contractor will be paid for goods delivered and accepted under specific Order Forms. This is not a grant, loan, equity, or award programme.

Consortium Requirement

Single tenderers may apply. Joint tenders by groups of economic operators are allowed without a specific legal form at submission. In a joint tender, members must appoint a leader and sign a Power of Attorney using Annex VII, accept joint and several liability, and act through a single point of contact. Subcontracting is allowed and must be fully declared, with commitment letters and Declarations on Honour from subcontractors.

Beneficiary Scope (Geographic Eligibility)

Participation is open on equal terms to all natural and legal persons within the scope of the EU Treaties and to international organisations. It is also open to operators established in countries with special agreements granting access to Union procurement: EEA states (Iceland, Norway, Liechtenstein); Stabilisation and Association Agreement countries (North Macedonia, Albania, Montenegro, Serbia, Bosnia and Herzegovina, Kosovo); and Association Agreement signatories (Georgia, Moldova and Ukraine) for supplies with a value equal to or above €143,000. GPA is not applicable to Frontex procurement. All involved entities must not be subject to EU restrictive measures. These access rules do not apply to subcontractors or non-relied entities.

Target Sector

Emergency medical supplies and kits for tactical casualty care; security and defense operations support; healthcare/medtech disposables and devices; field logistics and readiness for border operations.

Mentioned Countries

Poland (Warsaw); Greece (Thessaloniki); Italy (Modugno); Spain (Valencia). Also referenced generically: European Union, Schengen Associated Countries, neighbouring countries. Eligibility references include EEA, SAA countries, and Association Agreement countries (Georgia, Moldova, Ukraine).

Project Stage

Delivery of commercially available, compliant TECC products (commercialization and supply stage). Demonstration or R&D is not within scope; conformity with defined specifications and timely logistics are core.

Funding Amount

Estimated framework value:€600,000 (excl. VAT) for the full term. Frontex reserves the right to increase the ceiling by up to 50% via a negotiated procedure if conditions apply. Payments are per accepted deliveries under Order Forms, with standard 30-day payment term; pre-financing up to 30% may be requested for Order Forms with net value ≥ €30,000.

Application Type

Open call for tenders with single electronic submission via eSubmission. No paper or email tenders are accepted. Tenders must include all required documents and signed forms at submission.

Nature of Support

Monetary payments for supplied goods and related delivery services as accepted by Frontex following the formal acceptance procedure.

Application Stages

Single-stage submission followed by opening, evaluation against exclusion and selection criteria, technical compliance check, award scoring (technical/price), and award decision. One public opening session is foreseen (virtual, observer role for one representative per tenderer).

Success Rates

No success rate or expected number of awards is published. One framework contract is planned; competitiveness will depend on market response and compliance with mandatory technical and sampling requirements.

Co-funding Requirement

Not applicable. This is a procurement contract; the contractor is paid for accepted goods. No co-funding by the supplier is required beyond normal business operations. Tenderers bear their own bid preparation costs and sample shipping/clearance costs. VAT exemptions may apply per EU privileges and immunities; Frontex assists via the 1510 form where relevant.

Selection, exclusion and evidence requirements

  • Exclusion criteria: Declarations on Honour (Annex V) are required for the tenderer, all consortium members, subcontractors, and any relied entities, confirming absence of exclusion grounds (bankruptcy, taxes/social security non-compliance, grave professional misconduct, fraud/corruption/organised crime/AML-CFT/terrorism/trafficking, significant contract performance deficiencies, irregularity, certain anti-competition or OLAF/EPPO/Court of Auditors findings). Documentary evidence may be requested at any time and will be required from the proposed awardee.
  • Legal capacity: Evidence of establishment and registration in a relevant professional or trade register for each involved entity.
  • Economic and financial capacity: Average yearly turnover over the last three closed financial years must exceed €300,000. Evidence via P&L and balance sheets (or bank statements if not available) and a declaration of total turnover per year. Currency conversions via InforEuro.
  • Technical and professional capacity: At least three similar projects in the past three years, each with a minimum value of €10,000, aligned to TECC/medical supply scope and complexity. Evidence includes company portfolio (years of operation, staff, facilities, ecological practices/certifications), list of relevant contracts with dates, amounts and scope, and at least three reference letters from three different customers confirming good quality of services. Self-declarations or emails from the tenderer are not accepted as references.

Pricing and financial offer

Tenderers must use Annex IV (Financial Proposal) and provide unit net prices (max two decimals) for all listed products and indicative transport costs per €1 M³ to each designated location (Warsaw, Thessaloniki, Modugno, Valencia), assuming the entire volume is shipped to each location. Any missing unit price will result in rejection. Prices are in EUR, net of VAT, and all-inclusive for supplies; VAT exemptions apply per EU rules. Price revision may apply annually using HICP-based formula during the framework term as specified in the draft contract.

Submission package and mandatory content

  • Technical Proposal: Product descriptions and technical documentation per item; certificates where applicable; product images; free-format declaration on maximum delivery time for €1 M³ to the four specified locations; free-format declaration on packaging material recyclability; fully completed and signed Annex VIII Technical Proposal Checklist; and physical delivery of samples L2.1–L2.15 to Frontex HQ by the tender deadline.
  • Financial Proposal: Completed Annex IV Financial Proposal (signed where required).
  • Supporting documentation: Annex V Declaration on Honour (for all involved entities); Annex VI Tender Submission Form (signed); evidence for legal/economic/financial/technical capacities; Annex VII Power of Attorney for joint tenders; Annex VII Commitment Letters for subcontractors and relied entities; Annex IX Declaration of Confidentiality (signed); evidence of signing authority (or accessible via national database with link and identifiers).

Logistics, ordering, acceptance and payment

  • Ordering: Frontex issues Order Forms (OF) stating items, quantities, prices per FWC, destinations, delivery contacts, and agreed delivery cost/time. Contractor must countersign and return OF within 5 working days, then start execution.
  • Delivery: DPU (Incoterms 2020). Contractor covers customs and compulsory payments when applicable and maintains competitive shipment pricing. Frontex may verify shipment price consistency with standard courier/carrier rates.
  • Acceptance: Frontex inspects within 30 calendar days and issues Acceptance, Partial Acceptance, or Non-acceptance. Non-accepted products must be collected by the contractor at their expense within an indicated deadline (as a rule ≤5 working days). Remedies include price reduction, replacement, or termination of the OF, including liquidated damages for delay where applicable.
  • Payment: Invoices must reference the OF number and be sent in pdf to invoices@frontex.europa.eu. Standard payment term is 30 calendar days after acceptance and invoice receipt. Pre-financing up to 30% may be requested for OFs ≥ €30,000 net.

Q&A clarifications and notable requirements

  • Samples must be delivered to Frontex HQ by the tender deadline; late or missing samples lead to rejection.
  • Emergency thermal blankets: financial offer must quote 150,000 pieces (3,000 sets of 50 blankets each).
  • Product compliance: all mandatory requirements in Annex II must be met; brand examples do not imply automatic acceptance unless mandatory criteria are fulfilled.
  • Occlusive chest dressing: the separate highly visible removal tab is intended to ensure safe and rapid removal and operational efficiency.
  • Haemostatic dressing specifications clarify compatibility across chitosan-based or other agents as long as all mandatory requirements are met.

Templates and how the application forms look

  • Invitation to Tender letter: Instructions for submission via eSubmission; deadlines; opening session procedures; contact rules; data protection notices; list of annexes to include.
  • Annex I — Tender Specifications: Eligibility and participation rules; exclusion and selection criteria; evidence requirements; instructions on technical and financial offers; sample submission table and conditions; evaluation and award methodology; contract management rules; communication and language; joint tendering, subcontracting, and reliance rules; administrative sanctions.
  • Annex II — Technical Specifications: Operational context; complete catalogue of TECC products with mandatory features; product change rules; packaging and disposal requirements; quality monitoring and acceptance procedures; delivery and payment provisions; ordering workflow; contract management staff requirements; language and documentation format; delivery locations and Incoterms; shipment pricing rules.
  • Annex III — Draft FWC Supply Contract: Main, Special, and General Conditions; order of precedence; scope; entry into force and duration; implementation and ordering; prices and annual revision index; payment arrangements; communications (including potential activation of the Portal); processing of personal data and privacy notice; termination; applicable law and jurisdiction (Poland); liability; confidentiality; subcontracting; amendments; force majeure; liquidated damages for delivery delay; price reduction; suspension; recovery; audits and checks.
  • Annex IV — Financial Proposal (Excel): Structured pricing table covering all 17 product lines and indicative transport costs for €1 M³ to 4 locations; automatic totals for Product Reference Price (A), Transport (B), and Tender Reference Price (A+B). Strict rule: provide a unit net price for every product; max two decimals; missing any unit price = rejection.
  • Annex V — Declaration on Honour: Standard EU exclusion and selection criteria declaration for legal or natural persons; includes prior declaration reuse option if unchanged and less than one year old; space to cite evidence databases.
  • Annex VI — Tender Submission Form: Identifies tenderer and any partners; SME status; contact person details; lists subcontractors and relied entities; includes declarations on joint and several liability (if joint tender), validity period, acceptance of dossier, signatory authorization; signature lines for all members if joint.
  • Annex VII — Power of Attorney and Commitment Letters: Templates designating group leader and single point of contact; commitment for subcontractors; commitment for entities whose capacities are relied upon (financial/technical).
  • Annex VIII — Technical Proposal Checklist (Excel): Tabular checklist to confirm each mandatory requirement per product (M/O flags) and general requirements are addressed; space to reference technical documentation and describe offered specs; includes packaging, disposal, quality, contract implementation, delivery, and communications obligations.
  • Annex IX — Declaration of Confidentiality: Commitment to treat Frontex information/documents in strict secrecy for the contract performance and beyond.

Practical submission notes and system constraints

  • Use the latest versions of Google Chrome or Mozilla Firefox for eSubmission. Clear cache/cookies if issues persist.
  • Maximum attachment size per file is typically < 50 MB; maximum number of attachments per submission: 200 files (check system requirements).
  • Attachments should follow naming rules indicated in the system requirements; character encoding is UTF-8; the system encrypts all attachments upon upload.
  • A Participant Identification Code (PIC) is mandatory for tenderers and consortium members. Subcontractors are not required to have a PIC.
  • Until the deadline, submissions can be withdrawn and resubmitted; only the latest non-withdrawn submission will be evaluated.
  • The submission receipt with timestamp is proof of timely submission; content is not accessible after encryption and upload.

Summary: What this opportunity is about and how to explain it

Frontex is procuring a comprehensive set of tactical emergency casualty care kits and components to support its operational teams across the EU and selected field locations. The agency will award a single-supplier framework contract valued at around €600,000, covering standardized pouches and fully assembled kits, clinically proven haemostatic and compression dressings, C-A-T tourniquets, occlusive chest wound dressings, thermal blankets, trauma shears, nasopharyngeal airways, and evacuation stretchers. The technical bar is high: all items must meet detailed mandatory specifications, with physical samples delivered by the tender deadline to validate quality and functionality. Packaging, safety, regulatory compliance, dermatological testing where relevant, and at least two years of remaining shelf-life are required. Delivery performance and sustainable packaging can boost the technical score, while offering disposal services with a 0% landfill approach can add further points. The evaluation emphasises product quality based on samples and documentation, with price effectiveness considered through a 40% weight. Participation is open to EU and certain partner-country suppliers that meet legal, financial, and technical capacity thresholds. The submission must be made electronically and include a complete set of forms and evidence, a fully filled price list for every item, declarations for all involved entities, and the on-time delivery of all required samples. In short, this is a focused, compliance-driven procurement for ready-to-deliver TECC products where on-time sampling, strict specification adherence, and robust logistics planning are decisive for success.

Footnotes

  1. 1Primary documentation and submission are hosted on the EU Funding & Tenders Portal: Provision of Tactical Emergency Casualty Care (TECC) products — FRONTEX/2026/OP/0008 F&T Portal opportunity page.

Short Summary

Impact

Provide ready-to-use Tactical Emergency Casualty Care (TECC) products to improve frontline trauma care and operational medical readiness in border-management and migration scenarios across Frontex locations.

Applicant

Applicants must be able to supply/manufacture compliant medical TECC kits and components, demonstrate proven quality (certificates and samples), meet turnover and reference contract thresholds, and manage timely DPU deliveries and logistics to multiple EU sites.

Developments

Procurement and delivery of standardized TECC medical supplies and assembled kits (tourniquets, haemostatic dressings, bandages, airways, chest seals, blankets, shears, stretchers, pouches and assembled kits) that meet Annex II technical specifications.

Applicant Type

Profit entities (SMEs/startups and large corporations) and government organisations acting as economic operators capable of manufacturing, distributing or integrating medical/TECC supplies.

Consortium

Single applicants may bid (preferred) but joint tenders are allowed with a lead and power of attorney; subcontracting and reliance on third-party capacities are permitted with documentation.

Funding Amount

Estimated framework value €600,000 (excl. VAT) for the term, with Frontex reserving the right to increase the ceiling by up to 50% (up to €900,000).

Countries

Delivery and sampling are centred on Poland (Warsaw) with potential deliveries to Greece (Thessaloniki), Italy (Modugno) and Spain (Valencia); eligibility includes EU Member States, EEA states and specified association SAA/AA countries (e.g., North Macedonia, Albania, Montenegro, Serbia, Bosnia and Herzegovina, Kosovo, Georgia, Moldova, Ukraine) as per procurement rules.

Industry

Emergency medical supplies and field medtech for border security and migration management (TECC / tactical casualty care sector).

Additional Web Data

Opportunity Overview

This is an open tender procedure (FRONTEX/2026/OP/0008) for a single framework agreement without reopening of competition to supply Frontex, the European Border and Coast Guard Agency, with Tactical Emergency Casualty Care (TECC) products. The contract covers medical kits classified under CPV 33141620, designed for operational use in border management and migration scenarios, focusing on trauma care such as bleeding control, airway management, and hypothermia prevention.

Estimated total value:€600000 (excluding VAT). Nature: Supplies. Maximum duration: 48 months. Award criteria: Best price-quality ratio (60% technical quality, 40% price). TED publication: 23/02/2026.

Key Dates and Deadlines

  • Deadline for receipt of tenders: 13/04/2026 16:00 Europe/Warsaw
  • Questions deadline: 30/03/2026 23:59 Europe/Warsaw
  • Public opening: 14/04/2026 11:00 Europe/Warsaw

Submission method:Electronic via EU Funding & Tenders Portal. Frontex Tender Portal

Eligibility and Who Can Apply

Open to all natural and legal persons within the scope of EU Treaties, EEA countries (Iceland, Norway, Liechtenstein), and certain third countries under association agreements (e.g., North Macedonia, Albania, Montenegro, Serbia, Bosnia and Herzegovina, Kosovo, Georgia, Moldova, Ukraine for values >=€143000). No GPA applicability.

Exclusion Criteria

Tenderers must declare on honour (Annex V) they are not in exclusion situations (e.g., bankruptcy, tax/social security breaches, fraud, corruption, terrorism-related offences). Evidence may be requested. 1

Selection Criteria

  • Legal capacity: Proof of legal entity status (e.g., company register extract).
  • Economic/financial: Average yearly turnover last 3 years >€300000 (consolidated for joint tenders/subcontractors).
  • Technical/professional: At least 3 similar projects (scope/complexity) in last 3 years, each >=€10000; company portfolio; 3 reference letters.

Joint tenders, subcontracting, and reliance on third-party capacities allowed with documentation (Annexes VI-VII). All involved entities must meet exclusion/selection criteria.

Scope of Supplies

Pre-defined catalogue of 17 products (L2.1 to L2.17) per Annex II Technical Specifications. Mandatory samples (L2.1-L2.15) required by tender deadline to Frontex HQ (Plac Europejski 6, 00-844 Warsaw). Products for bleeding control, bandages, tourniquets, airways, chest seals, shears, stretchers, thermal blankets, and assembled kits (PEBK, TMK, BTK). All must meet mandatory specs (e.g., C-A-T tourniquet gen7+, Z-folded haemostatic dressings, 5-year shelf life where applicable). 2

Key Quantities for Pricing (Annex IV):L2.1: 50 units; L2.5: 300 tourniquets; L2.7: 600 dressings; L2.11: 3000 blanket sets (150000 pieces confirmed via Q&A); etc. Indicative transport to Warsaw, Thessaloniki, Modugno, Valencia (1m3 each).

Evaluation Criteria

  • Administrative compliance and minimum requirements (technical specs).
  • Technical: Product quality (85pts), packaging (5pts), delivery time (5pts), disposal (5pts). Min 60% threshold.
  • Financial: Lowest price = 100pts.
  • Final: 60% technical + 40% financial.

Technical Proposal:Product descriptions, certificates, photos, delivery times (1m3 to 4 locations), packaging declaration (Annex VIII checklist), samples. Financial: Unit prices + transport (Annex IV). 3

Key Requirements and Conditions

  • Samples: Mandatory for L2.1-L2.15 by deadline; free of charge; non-compliant = rejection.
  • Delivery: DPU Incoterms 2020; to Frontex HQ or EU/Schengen/neighbours; max 90 days; contractor proposes costs/deadlines per Order Form.
  • Quality: EU/ISO standards; dermatologically tested (skin products); expiry >=2yrs from Order Form; acceptance within 30 days.
  • Packaging: REACH-compliant, recyclable preferred; labelled.
  • Contract: Mono-framework; initial €24M + optional €24Mrenewal; price revision via HICP.
  • Payments: 30 days post-acceptance/invoice; pre-financing <=30% for Orders >=€30000.

Q&A Highlights

  • Samples: Bidder responsible; deliver via courier to HQ by deadline; suppliers may ship but bidder liable.
  • Blankets: Quote for 150000 pieces (3000x50).
  • Haemostatics: Must meet all specs; chitosan-based OK if compliant.
  • Tourniquets: CoTCCC-recommended with exact specs (not brand-specific confirmation).

Documents Required

  1. 1Annex I: Tender specs.
  2. 2Annex II: Technical specs + checklist.
  3. 3Annex III: Draft FWC.
  4. 4Annex IV: Financial proposal.
  5. 5Annex V: Declaration on honour.
  6. 6Annex VI: Tender submission form.
  7. 7Annex VII: PoA/commitment letters (if joint/subcontract).
  8. 8Annex VIII: Technical checklist.
  9. 9Annex IX: Confidentiality declaration.

PIC registration mandatory. Validity:6 months. English preferred.

Risks and Tips for Applicants

  • Non-compliant samples/prices = automatic rejection.
  • Prepare samples early; track delivery proof.
  • Joint tenders: Joint/several liability; PoA required.
  • Transport: Quote indicative 1m3 to 4 sites; market-competitive.
  • Experience: 3 similar projects >=€10000 each; references essential.

Official portal:EU Funding & Tenders Portal. TED: TED Notice.

Footnotes

  1. 1Full exclusion/selection details in Annex V and Tender Specs (Annex I).
  2. 2Detailed specs in Annex II; download from portal.
  3. 3Q&A available on portal; 7 public responses as of latest data.

Update Log

No updates recorded yet.

Documents

Document filePDF documentPDF documentPDF documentPDF documentExcel documentWord documentWord documentExcel documentWord 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 ↑

Third-Party Logistics (3PL) - Warehouse and freight-forwarding services

TenderOpen

The European Border and Coast Guard Agency (Frontex) is running an open tender (FRONTEX/2025/OP/0064) for a single-supplier framework agreement to provide third-party logistics services including warehousing and multimodal freight‑forwar...

April 24th, 2026

Provision of the Services for Geospatial and Imagery Analysis and Intelligence consultancy

TenderOpen

The European Border and Coast Guard Agency (FRONTEX) is tendering multiple framework contracts (minimum 3, maximum 5) for on-site Time-and-Means provision of geospatial, geospatial intelligence and imagery intelligence consultancy at its...

April 28th, 2026

Dynamic Purchasing System (DPS) for Provision of Software Development, Project Management and Quality Assurance Services (PROMAQ DPS 2: Project management, quality assurance and other support services)

TenderOpen

The European Border and Coast Guard Agency (FRONTEX) has issued a procurement opportunity under the Dynamic Purchasing System (DPS) designated as FRONTEX/2025/DPS/0011. This DPS is aimed at acquiring software development, project managem...

August 28th, 2031

EU MODEX Cycle 13 - Exercises on Civil Protection Modules, Other Response Capacities, European Union Civil Protection Teams and Technical Assistance and Support Teams

TenderOpen

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,...

May 19th, 2026

Dynamic Purchasing System (DPS) for Provision of Software Development, Project Management and Quality Assurance Services (PROMAQ DPS 1: Software development and maintenance services)

TenderOpen

The European Border and Coast Guard Agency, known as FRONTEX, has issued a tender opportunity identified as FRONTEX/2025/DPS/0012 for a Dynamic Purchasing System (DPS) aimed at procuring software development, project management, and qual...

August 28th, 2031

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 4th, 2026

Group accident and death insurance for external and non-statutory staff of the institutions, bodies and agencies of the European Union

TenderOpen

Open tender EC-PMO/2025/OP/0013 by the European Commission PMO for a single framework service contract to provide 24/7 worldwide top-up group accident and death insurance (invalidity, death lump sums, repatriation and medical costs) for...

April 16th, 2026

Fourniture de produits de pharmacie et parapharmacie à destination des services médicaux de la Commission Européenne, de l’OIB, du Comité Économique et Social Européen et du Comité des Régions situés à Bruxelles et Luxembourg

TenderOpen

The European Commission DG HR has published an open procedure tender (EC-HR/2025/OP/0350) for framework contracts to supply pharmaceutical and parapharmaceutical products to EU medical services and related institutions in Brussels and Lu...

April 23rd, 2026

The Impact of the War in Ukraine on EU Border Regions: Socio-economic, Infrastructure and Cohesion Policy Implications

TenderForthcoming

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...

April 13th, 2026

PRESTATIONS DE SERVICES DE RENFORT MEDICAL POUR LE PARLEMENT EUROPEEN

TenderOpen

The European Parliament (PERS) issues tender EP-PERS/2026/OP/0002 to establish cascading framework agreements for medical reinforcement and replacement services in Brussels (Lot 1), Luxembourg (Lot 2) and Strasbourg (Lot 3) and two frame...

May 18th, 2026

Small RPAS Below 25kg with Hands-on Training

TenderOpen

The European Border and Coast Guard Agency (Frontex) invites tenders for a framework supplies contract (FRONTEX/2025/OP/0047) to procure small Remotely Piloted Aircraft Systems (MTOW below 25 kg) with comprehensive hands-on training, war...

May 11th, 2026

Framework Contract for Security Services in the EU Delegation to Mexico

TenderOpen

The European External Action Service (EEAS) invites qualified security service providers to bid for a framework contract to provide security guards, alarm and monitoring systems, CCTV and related services for the EU Delegation and Ambass...

May 11th, 2026