Overview
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, warranty and lifecycle support, with a maximum framework value of €330,000 (excl. VAT) and an initial duration of 24 months extendable up to 48 months. Key requirements include minimum 40 minutes endurance with payload, electric propulsion, C2 and video encryption AES256, TRL 9 evidence with at least 100 flight hours, portable ground station and specified sensor payloads; deliveries are DDP to Frontex HQ and designated beneficiaries in the Western Balkans. Tenders must be submitted electronically via the EU Funding and Tenders Portal eSubmission by 11 May 2026 12:00 Europe/Warsaw, and award will follow the most economically advantageous tender methodology weighted 60 percent technical and 40 percent financial. Eligible suppliers must demonstrate legal, economic and financial capacity (minimum average annual turnover €150,000 over the last three years) and technical experience (at least two similar contracts delivering at least six RPAS units in the last three years).
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
Supply of small Remotely Piloted Aircraft Systems (MTOW below 25 kg) with high-capacity payloads, associated ground control stations, spare consumables, warranty, maintenance and on-site hands-on training (minimum 48 hours per session). Contract is a framework supplies agreement to be implemented via order forms.
Who can apply
Open to natural and legal persons and joint tenders from entities eligible under EU procurement rules, including economic operators established in third countries where EU agreements apply (see tender documents). Subcontracting and use of other entities’ capacities are permitted subject to the tender rules.
Estimated value:Estimated total value of the framework: €330 000 (excluding VAT) 1.
- 1Contract type: Open procedure, framework supplies contract (no reopening of competition)
- 2Award method: Best price-quality ratio (technical 60% / financial 40%)
- 3Maximum contract duration: up to 48 months (initial 24 months plus up to two 12-month extensions)
| Milestone | Date / detail |
|---|---|
| Tender publication (TED/F&T Portal) | 25/03/2026 |
| Deadline for questions | 30/04/2026 23:59 Europe/Warsaw |
| Deadline for receipt of tenders | 11/05/2026 12:00 Europe/Warsaw |
| Public opening | 11/05/2026 14:00 Europe/Warsaw |
| Framework estimated maximum value | €330 000 |
| Delivery lead time | Typically within 60 days from order form (see Technical Specifications) |
Submission is electronic only via the EU Funding & Tenders Portal eSubmission (EU Login required). Tender dossier includes Invitation to Tender, Tender Specifications, Technical Specifications, Draft Contract, Financial offer and standard annexes; candidates must submit required declarations and evidence for exclusion/selection criteria.
Footnotes
- 1Procurement documents, submission link and full tender package are available on the EU Funding & Tenders Portal Tender details (subscribe for updates).
Find a Consultant to Support You
Breakdown
Basic procurement facts
Procurement reference FRONTEX/2025/OP/0047 (TED reference 59/2026 207000-2026). Procuring entity: European Border and Coast Guard Agency (FRONTEX), Plac Europejski 6, 00-844 Warsaw, Poland. Procedure type: open procedure for a framework supplies contract. Nature of contract: supplies; main CPV 35600000 Military aircrafts, missiles and spacecrafts. Award method: best price-quality ratio (technical 60% / financial 40%). Framework contract maximum estimated value: €330 000 (excluding VAT). Framework duration: initial 24 months with up to two 12-month extensions (total maximum 48 months). Estimated publication/TED date: 25/03/2026; TED notice dispatch 24/03/2026. Submission method: electronic only via the EU Funding & Tenders Portal eSubmission1.
Deadlines:Deadline for receipt of tenders: 11/05/2026 at 12:00 Europe/Warsaw (UTC+02:00). Public opening: 11/05/2026 at 14:00 Europe/Warsaw. Last date to submit questions to contracting authority: 30/04/2026 23:59 Europe/Warsaw.
What is being procured
FRONTEX is procuring a comprehensive package of small Remotely Piloted Aircraft Systems (RPAS) below 25 kg together with hands-on operator training, warranty and maintenance support. Scope includes supply of high-capacity payload RPAS and associated Ground Control Stations (GCS), chargers/batteries, optional payload items (thermal cameras, laser rangefinder, spotlights, speakers, Remote ID capability, dual-pilot capability, etc.), delivery, installation/acceptance, training (minimum 48 working hours per session), consumables for two years, warranty (minimum two years) and guaranteed spare parts availability. The equipment will be ordered via order forms under a framework contract and delivered DDP to Frontex or to designated EU beneficiary addresses (Albania, Bosnia and Herzegovina, Kosovo*, Montenegro, North Macedonia, Serbia) as specified in the Technical Specifications.
Key technical minimum requirements (summary)
Minimum technical requirements are detailed in Annex II Technical Specifications and include (non-exhaustive): MTOW ≤ 25 kg; VTOL or hand-launch; endurance ≥ 40 minutes with payload; C2 range ≥ 6 km (line of sight acceptable); electric propulsion only; RGB wide camera ≥ 1920×1080, RGB zoom hybrid ≥ 15×, IR video streaming ≥ 640×512 @30 Hz with IR zoom hybrid ≥ 15×; AES-256 level encryption for C2 and video links; no onboard data storage recommended (data sharing from GCS preferred); GCS portable variant with minimum 3 hours battery endurance; chargers with fast or dual simultaneous charging capability preferred; operational temperature -10 °C to +40 °C (extensions scored); resistance to minimum sustained wind €10 M/s and gusts €7 M/s; TRL ≥ 9 and evidence of at least 100 flight hours with the same model; packaging, disposal and green procurement requirements apply. Many optional resilience, sensor and operational items are scored in the technical evaluation (see Annex I and Annex II for full scoring tables).
Training requirements:Contractor must deliver comprehensive hands-on training tied to the delivered RPAS (not basic licensing). Trainings minimum 48 working hours (six working days) per session; classroom and practical components; human rights and international protection awareness included (in coordination with Frontex Fundamental Rights Office); trainers English minimum B2; training materials and manuals in English (paper and electronic) and optionally in Albanian, Macedonian and Bosnian/Croatian/Montenegrin/Serbian (extra technical award points). Training fee must be separately priced and must include travel, subsistence and materials.
Eligibility and who can apply
Participation is open on equal terms to natural and legal persons established in the scope of the EU Treaties, international organisations and economic operators established in partner third countries where procurement access is granted by agreement (e.g. Western Balkans, EEA). Tenderers must not be subject to EU restrictive measures and must not be in the exclusion situations indicated in the Declaration on Honour (Annex V). Entities may bid as sole tenderers or as joint tenders (consortia). Subcontracting is allowed and must be declared; use of capacities of other entities is accepted when properly evidenced. PIC registration (Participant Identification Code) is mandatory for submission via eSubmission.
Who should consider applying (Eligible applicant types)
Suppliers and manufacturers of RPAS and payloads, system integrators, defence / security technology firms, SMEs and large enterprises producing or assembling RPAS and sensors, authorized distributors, training organisations with RPAS instructor capability, maintenance and repair organisations, certified maintenance centres, and consortia of the above (including research/academic institutions acting as technical partners) may apply. Subcontractors (component or training providers) may be used. Public-private partnerships could be formed but legal responsibilities remain with the contracting tenderer.
Funding Type:This is a public procurement (tender) for supply of goods and services under a framework contract. It is not a grant, loan or equity instrument.
Consortium requirement:Single tenderer or joint tender (consortium) allowed. If joint tender, a group leader must be appointed and all members are jointly and severally liable. Power of Attorney template provided (Annex VIIa).
Beneficiary scope (geographic eligibility):Eligible tenderers: entities established under the Treaties and third countries with procurement access agreements. Equipment may be delivered to EU Member States, Frontex HQ (Poland) and specified EU Beneficiaries in the Western Balkans: Albania, Bosnia and Herzegovina, Kosovo*, Montenegro, North Macedonia, Serbia. See Annex II for delivery addresses and DDP rules.
Target sector:Target sectors are defence / security hardware and services, surveillance RPAS systems, sensors and training (military / law enforcement applications). CPV class: military aircrafts, missiles and spacecrafts (35600000).
Mentioned countries:Poland (FRONTEX HQ location/address). Delivery / beneficiary countries explicitly mentioned: Albania, Bosnia and Herzegovina, Kosovo*, Montenegro, North Macedonia, Serbia. EU Member States may also receive deliveries. Tender documentation language: English is authoritative.
Project stage / expected maturity:Expected project/product maturity: commercialization / deployed systems ready for operational use (TRL 9 minimum required). The procurement seeks production-ready RPAS and systems with warranty and service support; evidentiary experience requested (minimum two similar contracts in last three years and at least six delivered RPAS total).
Funding amount:Total estimated maximum value for the framework contract: €330 000 (excl. VAT) over the contract duration. Individual order forms will specify quantities and prices within this ceiling.
Application type and submission method:Open call (competitive procurement). Electronic submissions only via the EU Funding & Tenders Portal eSubmission (EU Login required). Tenders accepted in any official EU language; English is the authoritative language of procurement documentation. Tender validity period: 6 months from final submission date.
Nature of support to beneficiaries:Beneficiaries will receive monetary consideration under contract (payment to supplier) and the physical supplies and services (non-monetary deliverables). The contractor will receive payment for supplies and training (money) and will provide non-monetary goods and services (RPAS systems, training, maintenance).
Application stages:Single-stage procurement: submission of full tender via eSubmission; opening; administrative checks; selection (exclusion/selection criteria checks); technical evaluation (mandatory minimum technical requirements + scored optional features); financial evaluation; combined final scoring (60/40). There is no pre-qualification stage separate from tender submission.
Success rates:Success rates are not published. Standard public procurement open procedures typically yield low single-digit to low double-digit award rates depending on competition. No historical success probability is provided in the tender documentation.
Co-funding requirement:No co-funding requirement is stated. The tender requires the contractor to price fully the deliverables (prices quoted in EUR net, excluding VAT). Frontex is generally VAT-exempt under Protocol provisions; contractors must handle their national VAT formalities if established outside Poland.
Selection and award criteria (detailed highlights)
Selection (eligibility) checks:Declaration on Honour (Annex V) covering exclusion grounds; evidence on legal capacity (company registration), economic and financial capacity (average annual turnover of minimum €150 000 over last 3 closed years), technical and professional capacity (at least 2 similar contracts in last 3 years delivering at least 6 RPAS units; CVs for contract manager and trainers). Professional conflicting interests must be declared. Evaluation procedure will ask for documentary evidence on short notice if needed.
Award scoring:technical quality (60%) and price (40%). Technical evaluation includes a mandatory baseline pass (minimum pass score 90 points) and additional scoring up to 200 points for non-mandatory features; tenders scoring less than 60 points for non-mandatory features are eliminated. The technical scoring table (Annex I / Technical Specifications) lists detailed point allocations (flight performance, sensors, resilience/security, GCS and communications, lifecycle and support, delivery and training provision). Financial scoring: lowest compliant total reference price receives 100, others pro-rated.
Templates, documents and required forms
Tender dossier items published on the EU Funding & Tenders Portal include:Invitation to Tender, Annex I Tender Specifications, Annex II Technical Specifications, Annex III Draft Contract, Annex III to Contract Privacy Notice, Annex IV Financial offer form (Excel), Annex V Declaration on honour (exclusion & selection), Annex VI Tender submission form, Annex VIIa Power of Attorney (group leader), Annex VIIb Commitment letter (subcontractor), Annex VIII Technical proposal checklist, plus Draft Contract annexes. Tenderers must use Annex IV financial offer template and Annex VI submission form. Annex V must be signed by all involved entities. Power of Attorney template mandatory for joint tenders (Annex VIIa). Commitment letters required for subcontractors (Annex VIIb) and for entities on whose capacity the tenderer relies (Annex VIIc). A model Order Form is included in the Draft Contract (Annex III).
- 1Documents to submit: completed Annex VI Tender Submission Form; Annex V Declaration on Honour; Technical proposal (including Technical Proposal Checklist Annex VIII and product technical details, photos, certificates); Financial proposal using Annex IV; evidence for selection criteria (balance sheets, turnover declaration, performance references and reference letters), CVs of Contract Manager and trainers, Power of Attorney (if joint tender), subcontractor commitment letters and declarations.
- 2Technical evidence: product datasheets, test reports, evidence of TRL 9 and at least 100 flight hours of same model, endurance and range verification data, encryption and cybersecurity claims, IP protection and conformity certificates, Remote ID and regulatory compliance evidence for delivery countries.
- 3Administrative evidence: company registration extract, VAT and tax evidence as required, PIC registration for eSubmission, authorised signatory evidence (appointment or power of attorney).
Submission checklist and system rules
Submissions are accepted only via eSubmission (EU Login required). Tenderers must ensure they attach all required documents at time of submission: eSubmission accepts attachments under 50 MB per file and up to 200 files per submission. Draft submissions can be edited until the deadline. The system encrypts attachments on upload and does not allow viewing after the deadline. The tenderer must provide PIC code. If multiple tenders submitted by same tenderer, only the latest will be considered unless others were withdrawn. Tender validity: 6 months from submission deadline. Frontex may request clarification or missing documents within short deadlines; refusal or missing evidence may lead to rejection.
Contact and procurement portal:All procurement documents and Q&A are published on the EU Funding & Tenders Portal. Tenderers should subscribe to the call to receive updates and Q&A. Portal link for the call: ec.europa.eu
Evaluation and award specifics
Evaluation is done by a designated opening board and evaluation committee. Initial checks:submission formalities, exclusion and selection criteria. Technical evaluation mandatory pass requirements must be met. Technical scoring covers baseline mandatory pass (30 points baseline) plus additional up to 200 points for non-mandatory capabilities. Final score = 0.6 * Technical score + 0.4 * Financial score. Contract awarded to tender with highest final score. Successful bidder enters a framework contract; specific orders issued by order forms. Public opening is virtual; tenderer representatives can attend (max one per tenderer).
Post-award and contract management highlights
Framework contract is a supplies FWC implemented via Order Forms. Signature of FWC does not commit Frontex to orders; actual legal obligations arise through signed Order Forms. Delivery obligations (DDP) include customs handling where required. Warranty minimum two years; corrective maintenance required during warranty. Consumables for two years to be included in unit price. Obsolescence management required; contractor must propose replacement models if items discontinued and cannot increase price by more than 15% on replacement proposals (subject to Frontex approval). Acceptance: Frontex / beneficiary will inspect and sign handover protocol; acceptance decision within 30 calendar days. Quality monitoring and audits (including by Frontex, Court of Auditors, OLAF) may occur and contract records retained for five years after final payment. Invoicing: electronic invoicing by PDF to invoices@frontex.europa.eu and must reference the Order Form and SUMMA number; payments in EUR; Frontex is normally VAT-exempt and will issue VAT exemption assistance (form 1510) when appropriate.
Templates and application form structure (guidance)
Annex VI Tender Submission Form:identifies tenderer, contact person, SME status, list of partners (for joint tender), subcontractors, reliance on other entities, declarations and signatures. Annex IV Financial offer: Excel template requires unit prices in EUR (net), quantities (e.g. RPAS units, 48 h training sessions), optional positions pricing for optional features listed in Technical Specifications. Annex V Declaration on Honour: exclusion and selection declarations; Annex VIIa power of attorney for group leader; Annex VIIb subcontractor commitment letter. Technical Proposal must include Annex VIII Technical proposal checklist and technical datasheets mapping each technical requirement (minimum and optional) to the offered product, photos/videos demonstrating launch/transportability and endurance claims, and warranty/spare parts commitments. Tenderers should prepare documentary evidence for selection criteria (balance sheets, turnover statements, reference letters / certificates of acceptance from customers).
- 1Annex VI - Tender Submission Form: complete and sign; list partners, subcontractors, reliance entities and provide declarations.
- 2Annex IV - Financial Proposal (Excel): fill unit prices in EUR net, total reference price, optional items separate; ensure price cover delivery, packaging, consumables, training, disposal.
- 3Annex V - Declaration on Honour: signed by authorised representative for exclusion/selection statements.
- 4Technical Proposal: include product datasheets, mandatory proof (videos/photos) for launch method, transportability, endurance, flight hours, TRL and references for prior contracts, training programme details, manuals and visibility proposals.
Administrative and legal points tenderers must note
Tenderers must not be subject to EU restrictive measures during contract performance. Evidence uploaded to eSubmission may be requested again during evaluation. Frontex may correct clerical errors or request clarifications that do not substantially change the tender. No more than one tender per tenderer is allowed (unless tender specifications explicitly allow variants); if multiple tenders submitted, only latest unwithdrawn tender is considered. The contracting authority may cancel the procurement before signing any contract. Data protection: Annex III (Privacy Notice) explains personal data processing under Regulation (EU) 2018/1725; contractor must comply with data processing obligations in the draft contract.
Where to find documents:All procurement documents and downloadable annexes are available on the EU Funding & Tenders Portal opportunity page. Direct portal call details: ec.europa.eu 1.
Practical next steps for an applicant
- 1Register organisation in Participant Register and obtain PIC if not already available.
- 2Create EU Login account and ensure access to eSubmission portal; confirm system compatibility (Chrome/Firefox as recommended) and file size/format limits.
- 3Download all annexes (I to VIII) and the draft contract; map technical requirements to offered RPAS and complete the technical proposal checklist (Annex VIII).
- 4Complete Annex VI Tender Submission Form, Annex V Declaration on Honour and Annex IV Financial Proposal (Excel). Prepare supporting evidence for selection criteria (turnover, references, CVs, certificates).
- 5Prepare demonstration media (video/photos) required by Technical Specifications (e.g. VTOL/hand launch, transport in limited trunk/backpack, flight endurance with payload).
- 6Submit full tender via eSubmission well before the deadline to avoid upload issues and verify receipt timestamp.
What is this opportunity about — Executive summary
FRONTEX seeks a single framework supplier to provide small RPAS systems weighing below 25 kg together with comprehensive hands-on training, warranty and maintenance support. The procurement uses an open procedure and will establish a framework contract (initial 24 months with possible extensions up to 48 months) with a total estimated budget of €330 000 (excl. VAT). The supply package includes RPAS airframes, payloads (RGB, IR, thermal, optional laser rangefinder, spotlight, speakers), ground control stations, batteries and chargers, consumables for two years, documentation and training sessions. Tenderers must demonstrate proven operational experience, production-ready systems (TRL9), technical compliance to minimum requirements and scoring criteria in the Technical Specifications, and provide training and lifecycle support. Submissions are electronic via the EU Funding & Tenders Portal (eSubmission). Award is based on best price-quality ratio with technical quality weighted 60% and price 40%. Delivery destinations include Frontex HQ in Warsaw and designated beneficiary locations in the Western Balkans and EU Member States; the contract foresees DDP deliveries and Frontex assistance on VAT exemption where applicable.
Footnotes
- 1Opportunity page, documents and eSubmission link are available on the EU Funding & Tenders Portal: ec.europa.eu
Short Summary
Impact Strengthen border surveillance and law-enforcement operational capacity in beneficiary countries by providing ready-to-use small RPAS systems, associated payloads and hands-on operator training. | Impact | Strengthen border surveillance and law-enforcement operational capacity in beneficiary countries by providing ready-to-use small RPAS systems, associated payloads and hands-on operator training. |
Applicant Applicants must be able to supply production-ready (TRL9) RPAS with validated flight hours, integrate high-performance sensors and secure C2/video links, deliver GCS/batteries/logistics, provide accredited hands-on training and meet warranty/spare-parts and obsolescence-management obligations. | Applicant | Applicants must be able to supply production-ready (TRL9) RPAS with validated flight hours, integrate high-performance sensors and secure C2/video links, deliver GCS/batteries/logistics, provide accredited hands-on training and meet warranty/spare-parts and obsolescence-management obligations. |
Developments Procurement and deployment of small RPAS (MTOW <25 kg) bundles including RGB/zoom/IR payloads, ground control stations, fast-charging batteries, consumables, documentation, training sessions (≥48 working hours) and multi-year warranty/support. | Developments | Procurement and deployment of small RPAS (MTOW <25 kg) bundles including RGB/zoom/IR payloads, ground control stations, fast-charging batteries, consumables, documentation, training sessions (≥48 working hours) and multi-year warranty/support. |
Applicant Type This opportunity is designed for commercial suppliers and system integrators (profit SMEs/startups and large corporations) and capable government technical suppliers or service providers. | Applicant Type | This opportunity is designed for commercial suppliers and system integrators (profit SMEs/startups and large corporations) and capable government technical suppliers or service providers. |
Consortium Both single applicants and joint tenders (consortia) are permitted; subcontracting and reliance on other entities' capacities are allowed with appropriate evidence. | Consortium | Both single applicants and joint tenders (consortia) are permitted; subcontracting and reliance on other entities' capacities are allowed with appropriate evidence. |
Funding Amount Maximum estimated framework value is €330,000 (excluding VAT) for the entire contract duration. | Funding Amount | Maximum estimated framework value is €330,000 (excluding VAT) for the entire contract duration. |
Countries Deliveries and beneficiary activities are explicitly targeted at Albania, Bosnia and Herzegovina, Kosovo, Montenegro, North Macedonia, Serbia and include delivery to the contracting authority's location in Poland. | Countries | Deliveries and beneficiary activities are explicitly targeted at Albania, Bosnia and Herzegovina, Kosovo, Montenegro, North Macedonia, Serbia and include delivery to the contracting authority's location in Poland. |
Industry Targets the defence/security and border surveillance sector, specifically small RPAS procurement and operator capability-building within broader EU drone and counter-drone security initiatives. | Industry | Targets the defence/security and border surveillance sector, specifically small RPAS procurement and operator capability-building within broader EU drone and counter-drone security initiatives. |
Additional Web Data
Opportunity Overview
This is a framework supplies contract issued by the European Border and Coast Guard Agency (Frontex) for the provision of small Remotely Piloted Aircraft Systems (RPAS) below 25 kilograms, including comprehensive hands-on training. The contract is designed to enhance the capabilities of law enforcement agencies in Albania, Bosnia and Herzegovina, Kosovo, Montenegro, North Macedonia, and Serbia through the provision of advanced drone systems with specialized payloads and operational training.
Contract Details
Contracting Authority:European Border and Coast Guard Agency (Frontex), located at Plac Europejski 6, 00-844 Warsaw, Poland. Contact: tender@frontex.europa.eu
Procedure Reference:FRONTEX/2025/OP/0047, TED Publication Reference 207000-2026
Contract Type:Framework supplies contract without reopening of competition, single contractor award
Maximum Contract Value:€330,000 (excluding VAT) for the entire contract duration
Contract Duration:Initial period of 24 months with possibility of two automatic 12-month renewals, for a maximum total duration of 48 months. Renewal requires no action unless either party provides formal notification of non-renewal at least three months before expiry.
Key Deadlines
| Milestone | Date and Time |
|---|---|
| Tender Publication Date | 25 March 2026 |
| Deadline for Questions | 30 April 2026, 23:59 (Warsaw time) |
| Tender Submission Deadline | 11 May 2026, 12:00 (Warsaw time) |
| Public Tender Opening | 11 May 2026, 14:00 (Warsaw time) |
| Tender Validity Period | 6 months from submission deadline |
Scope of Supply
The contract encompasses the provision of comprehensive small RPAS packages including high-capacity payload systems, warranty coverage, and hands-on training on operation, handling, and maintenance. Estimated maximum quantity is six RPAS units with associated equipment and training during the initial 2026-2027 period, with additional quantities possible if the contract is extended.
Technical Requirements - Mandatory Features
- Maximum Take-Off Weight: Below 25 kilograms
- Launch Method: Manual launch capability by single person, requiring less than 4 square meters of ground space (VTOL or hand launch)
- Endurance: Minimum 40 minutes flight time with payload included
- Propulsion: Electric engines only (combustion engines not accepted)
- Communications and Control Range: Minimum 6 kilometers
- Payload Capabilities: RGB wide-angle camera (minimum 1920x1080p), RGB zoom (minimum 15x hybrid zoom), infrared camera (minimum 640x512p with 15x hybrid zoom)
- Ground Station: Portable variant with minimum 3 hours battery endurance
- Batteries: Individual, non-enclosed units with fast charging capability (80% capacity within 1 hour, 100% within 2 hours)
- Encryption: AES256 minimum for C2 and video links
- Connectivity: HDMI port for video output
- Operations: Day and night capability with legal compliance
- Weather Resistance: IP45 standard for humid conditions and water ingress resistance
- Deployment: Packing and redeployment in less than 20 minutes
- Personnel: Operation by maximum 2 people
- Technology Readiness Level: Minimum TRL 9 with evidence of at least 100 flight hours
Technical Requirements - Optional Features
Optional features that will receive additional evaluation points include:extended temperature range operation beyond -10 to +40 degrees Celsius, Remote ID capability, dual pilot capability, thermal imaging camera, laser rangefinder, spotlights/searchlights, speaker systems, payload modularity, anti-jamming and anti-spoofing capabilities, GPS-denied navigation, onboard data storage, data sharing capabilities, extended warranty periods, and spare parts availability guarantees.
Training Requirements
Contractors must provide comprehensive hands-on training covering operational procedures, handling and maintenance, specialized payload use, troubleshooting and repair, and basic human rights and international protection awareness. Training must be minimum 48 working hours (six working days) per session, conducted in English (minimum B2 level per CERF). Training location can be at Frontex headquarters in Warsaw or at locations designated by EU Beneficiaries. Trainers must possess English language skills at B2 level minimum. Training must be provided within maximum two months from request. Optional training in Albanian, Macedonian, and Bosnian-Croatian-Montenegrin-Serbian languages will receive additional evaluation points. Detailed user and technical manuals must be provided in both paper and electronic format in English minimum, with optional translations.
Warranty and Support
Minimum warranty coverage of 24 months covering corrective maintenance for all identified defects through repair or replacement. Warranty must cover two years of consumables including blades, cleaning cloths, spray, and remote-control knobs. Contractor must manage obsolescence throughout contract duration, offering replacement models meeting same technical criteria if production ceases. Spare parts availability must be guaranteed for minimum 5 years from Final Acceptance Date. Extended warranty periods and faster service response times will receive additional evaluation points.
Delivery Requirements
Equipment must be delivered Delivery Duty Paid (DDP) to designated locations within maximum 60 days from Order Form entry into force. Contractor must notify Frontex and EU Beneficiaries of exact delivery date minimum 10 days in advance. Deliveries must occur during working hours (Monday-Friday, 09:00-17:00) with confirmation 48 hours before delivery. Contractor bears all customs duties, import duties, and related costs. Delivery locations include Frontex headquarters in Warsaw and designated law enforcement agencies in Albania, Bosnia and Herzegovina, Kosovo, Montenegro, North Macedonia, and Serbia. Contractor must provide detailed delivery schedule with timelines and milestones prior to commencement.
Eligibility and Selection Criteria
Who Can Apply
Participation is open to all natural and legal persons established in EU Member States, Schengen-associated countries, and third countries with special procurement agreements with the EU (including Stabilisation and Association Agreement countries: North Macedonia, Albania, Montenegro, Serbia, Bosnia and Herzegovina, Kosovo; EEA countries: Iceland, Norway, Liechtenstein; and Association Agreement countries: Georgia, Moldova, Ukraine for supplies valued €143,000 or above). Tenderers must not be subject to EU restrictive measures and must not be in any exclusion situation. Joint tenders and subcontracting are permitted.
Legal Capacity
Tenderers must prove legal capacity to perform the contract and regulatory capacity to pursue the professional activity necessary for RPAS provision. Evidence required: copy of official document (Company Register, Official Gazette, etc.) confirming establishment as recognized legal entity and registration in relevant professional or trade register.
Economic and Financial Capacity
Minimum average annual turnover of €150,000 calculated from last three financial years for which accounts have been closed. Evidence required: copy of balance sheets and profit and loss accounts for last three years, plus declaration of total turnover for past three years in accordance with applicable national legislation. For joint tenders and subcontracting, consolidated assessment of combined capacities will be conducted.
Technical and Professional Capacity
Minimum requirement:at least 2 similar contracts completed in last three years with total quantity of delivered RPAS systems of at least 6 units. Evidence required: company presentation/portfolio confirming experience, list of contracts performed during last two years with customer name and country, delivery location and date, scope of delivery, and entity role, plus minimum 2 reference letters or certificates of acceptance from customers confirming good quality of supplies. Additionally, tenderers must demonstrate relevant personnel capacity with CVs of dedicated Contract Managers and trainers showing qualifications and English language knowledge (minimum B2 level per CERF), plus signed statements of intent from proposed personnel.
Evaluation and Award Criteria
The contract will be awarded to the tenderer offering the most economically advantageous tender based on best value for money using a 60/40 weighting ratio: 60 percent for technical quality and 40 percent for price. Final Score = (0.6 x Technical Score) + (0.4 x Financial Score).
Technical Evaluation
Technical evaluation consists of baseline scoring for mandatory requirements (30 points minimum pass score, 90 points minimum to be technically acceptable) plus additional scoring for non-mandatory technical criteria (maximum 200 points). Total possible technical score is 230 points. Tenders scoring less than 60 points for non-mandatory requirements will be eliminated. The highest-scoring tender receives 100 technical score points; remaining tenders calculated proportionally.
Technical award criteria include:Flight Performance and Airframe (50 points maximum) covering endurance, operational range, wind resistance, weight, and temperature range; Sensors and Payload Capability (50 points) covering RGB imaging, optical zoom, thermal imaging, laser rangefinder, spotlights, speakers, and payload modularity; Resilience, Security and Navigation (35 points) covering anti-jamming, anti-spoofing, GPS-denied navigation, encryption, and onboard data storage; Ground Control and Communications (25 points) covering GCS endurance, charger capability, dual-pilot support, data sharing, and Remote ID compliance; Support and Lifecycle (10 points) covering warranty duration and spare parts availability; Delivery, Logistics and Training (30 points) covering training availability in other languages, training materials in other languages, and delivery time offered.
Financial Evaluation
Tender with lowest reference price receives 100 financial score points. Remaining tenders calculated as: (Lowest total reference price / Evaluated proposal total price) x 100 percent. All prices must be quoted in EUR, net amount excluding VAT, and be all-inclusive covering all costs necessary to execute the contract.
Submission Requirements
Tenders must be submitted exclusively via electronic submission system (eSubmission) through the EU Funding and Tenders Portal. Submission method is electronic only; tenders submitted by email or mail will be disregarded. Each organization must register in the Participant Register to obtain a Participant Identification Code (PIC). Tenders must be submitted in one of the official EU languages.
Required Documents
- Technical Proposal including filled and signed Technical Proposal Checklist, presentation of products offered with technical specifications and graphical presentations, warranty scope and limitations, supporting documents and certificates, recycling recommendations, and training content description
- Financial Proposal using provided form with prices in EUR net amount excluding VAT
- Tenderer's Declaration of Honour on exclusion and selection criteria
- Tender Submission Form duly filled and signed
- Documents confirming legal, economic and financial, and technical and professional capacities
- Power of Attorney for joint tenders
- Commitment letters for subcontractors and entities on whose capacity tenderer relies
- Evidence of authorization to sign documents
- Quality certificates for all delivered devices
Payment Terms
Pre-financing payments up to 30 percent of Order Form price may be requested upon submission of fiscal invoice. Pre-financing must be paid within 30 days of invoice receipt. Final payment is due within 30 days of receipt of invoice accompanied by signed Handover protocol confirming delivery acceptance. Payment suspension may occur if invoice does not comply with contract terms, contractor has not produced appropriate supplies or documents, or contracting authority has observations on submitted materials. All invoices must be submitted electronically in PDF format to invoices@frontex.europa.eu with reference to FWC and Order Form numbers.
Important Conditions and Restrictions
- Signature of framework contract imposes no obligation on Frontex to order services; only implementation through Order Forms constitutes legal commitment
- Frontex is exempt from all taxes and duties including VAT under Protocol 7 of the Treaty on Functioning of the European Union
- Contractor must obtain VAT exemption from competent national authorities; Frontex will issue VAT exemption certificate
- All communications must be in English minimum B2 level
- Contractor must nominate dedicated Contract Manager with B2 English language level and relevant professional experience
- Contractor must establish management, control, and support mechanism ensuring timely response to problems
- Contractor remains fully liable for contract performance regardless of subcontracting
- Contractor must comply with applicable environmental, social, and labour law obligations
- Contractor must respect human rights and sign Commitment Letter on Compliance with Fundamental Rights
- Contractor must display EU emblem and Frontex logo on equipment with prior approval
- Framework contract may be terminated by either party for convenience with four months written notice
- Frontex may terminate for cause including failure to meet technical requirements, breach of obligations, exclusion situations, conflicts of interest, or data protection violations
Regulatory Context
This procurement is governed by Regulation (EU, Euratom) 2024/2509 on financial rules applicable to the general budget of the Union (recast), Frontex Financial Regulation (Management Board Decision 19/2019), and Regulation (EU) 2024/2509 on the European Border and Coast Guard. The procurement is not covered by the Government Procurement Agreement (GPA). Frontex is an autonomous EU Agency with its own Financial Regulation. The contract is classified under CPV code 35600000 (Military aircrafts, missiles and spacecrafts).
Strategic Context
This procurement aligns with Frontex's mandate to support EU Member States and Schengen-associated countries in management of external borders and fight against cross-border crime. The provision of RPAS systems to law enforcement agencies in Albania, Bosnia and Herzegovina, Kosovo, Montenegro, North Macedonia, and Serbia supports Frontex's capacity building efforts and strengthens border security cooperation in the region. The timing of this procurement reflects broader EU initiatives on drone security and counter-drone capabilities, as evidenced by the European Commission's Action Plan on Drone and Counter-Drone Security published in February 2026, which emphasizes enhancing preparedness, boosting detection capacities, coordinating responses, and strengthening EU defence readiness through innovation and industrial cooperation.
Contact Information
For questions and clarifications:tender@frontex.europa.eu. Questions must be submitted through the Questions and Answers section of the EU Funding and Tenders Portal. Contracting authority is not bound to reply to questions submitted less than six working days before tender submission deadline. Procurement documents available at: EU Funding and Tenders Portal. Electronic submission: eSubmission System
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.
Stationary document readers with warranty, training, and maintenance support
FRONTEX/2026/OP/0016 is an open tender to establish a single framework contract for the supply of stationary document readers, including warranty, maintenance and train‑the‑trainer and beneficiary training, for Frontex, EU Member States...
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...
Provision of the Services for Geospatial and Imagery Analysis and Intelligence consultancy
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...
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,...
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)
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...
EU-Nepal Cooperation Facility (EU-NCF)
The EU-Nepal Cooperation Facility (EU-NCF) is a restricted two-stage tender (EC-INTPA/KTM/2026/EA-RP/0056) to procure development consultancy services providing technical assistance, capacity building and logistical support to the Europe...
Capacity building of veterinary and plant health services in the Western Balkans
The European Commission (DG SANTE) has published a call for tenders to build capacity in veterinary and plant health services across Albania, Bosnia and Herzegovina, Kosovo, Montenegro, North Macedonia and Serbia. The procurement is spli...
Dynamic Purchasing System (DPS) for Provision of Software Development, Project Management and Quality Assurance Services (PROMAQ DPS 1: Software development and maintenance services)
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...
Framework Contract for Training Activities and Knowledge Management in the fields of Civil Protection and Disaster Risk Management
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 EUR 10,000,000 and a maximu...
Laos-EU Cooperation Facility
Restricted tender EC-INTPA/VTE/2026/EA-RP/0051 for a fee-based service contract (Laos-EU Cooperation Facility) to support implementation of EU-funded programmes in Lao PDR, estimated value EUR 2,000,000 excluding VAT and maximum duration...
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...
Third-Party Logistics (3PL) - Warehouse and freight-forwarding services
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...