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

Overview

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‑forwarding across EU Member States and selected non-EU countries in Europe, North Africa and West Asia; weapons and ammunition are excluded. The contract has an estimated total value of €4,500,000 (excl. VAT), an initial duration of 12 months renewable up to a maximum of 48 months, and requires mandatory warehousing presence in Poland, Greece, Italy and Spain. Award will be based on the best price-quality ratio with a 60% technical and 40% financial weighting, tender submission is electronic via the EU Funding & Tenders Portal, and key deadlines are published on the portal. Eligibility follows EU procurement rules with specified exclusion and selection criteria including turnover, experience, insurance and ISO 9001 certification requirements.

Partner Search

Find collaboration partners for this call

Your Profile
👤
Your country

What You Offer

Describe your expertise here...

You Are Looking For

Describe what you seek here...

Sign In

Highlights

What the tender covers

Scope in one line

Provision of 3PL services (warehousing, inventory management, domestic and international freight forwarding by land, air and sea, customs brokerage, reverse logistics and related contact centre/IT) to store, distribute and transport Frontex equipment across EU Member States, selected Schengen associated and specified non-EU countries in Europe, North Africa and West Asia. Weapons and ammunition are excluded.

Contract form and award:Framework service contract with one supplier; open procedure; award by best price-quality ratio; framework implemented via order forms 1.

  1. 1Estimated total value: €4,500,000 (exclusive VAT) for the full FWC period
  2. 2Maximum duration: up to 48 months (initial 12 months plus up to 3 x 12-month renewals)
  3. 3Contracting authority: European Border and Coast Guard Agency (FRONTEX)

Who can apply

Open to natural and legal persons within the scope of the Treaties, international organisations and economic operators from third countries with procurement access under relevant agreements. Participation rules, exclusion and selection criteria are set out in the tender specification.

  1. 1Primary target applicants: freight forwarders, warehouse operators, 3PL providers and logistics integrators
  2. 2Joint bids and subcontracting are allowed; where used tenderers must declare subcontractors and provide commitment letters
  3. 3Tenderers must meet legal, economic, financial and technical selection criteria (turnover thresholds, references, ISO or equivalent certifications and insurance)

Key dates

Main deadlines (local time at Frontex/HQ):

  1. 1TED publication / document release: 12/03/2026
  2. 2Deadline for receipt of tenders: 24/04/2026 16:00 Europe/Warsaw
  3. 3Date and time of public opening: 27/04/2026 10:00 Europe/Warsaw

Quick eligibility and compliance checklist

  1. 1Register organisation and obtain a PIC in the EU Participant Register to submit via eSubmission
  2. 2Complete required declarations (Declaration on Honour), tender submission form, technical proposal and financial template
  3. 3Provide evidence for exclusion/selection criteria, relevant references and required certifications (e.g. ISO 9001 and insurance evidence)

Commercial and operational highlights

Service footprint must cover EU countries and specified non-EU countries in Europe, North Africa and West Asia; Warsaw and Thessaloniki warehouse coverage is mandatory; proposed warehousing, IT inventory system and customs brokerage capacity will be evaluated in technical scoring.

ItemSummary
Estimated contract ceiling€4,500,000 (excl. VAT)
Contract typeFramework service contract; orders placed via order forms
Maximum durationUp to 48 months

Tender documents, templates and annexes (terms of reference, draft contract, financial form, declaration on honour and Q&A) are available on the EU Funding & Tenders Portal F&T Portal - tender page. 1

Footnotes

  1. 1Use eSubmission on the EU Funding & Tenders Portal to submit tenders. The Invitation to Tender and all annexes are the authoritative procurement documents available via the call page.

Find a Consultant to Support You

Breakdown

Procurement of a single-supplier framework service contract to ensure business continuity for transportation, distribution, and storage of Frontex heavy and light equipment, including personal and technical equipment for the Standing Corps. Services cover the European Union, Schengen Associated Countries, and specified non-EU countries in Europe, North Africa and West Asia. Procedure type is open procedure with award on best price-quality ratio under a 60/40 technical-to-price weighting.

Lead contracting authority:European Border and Coast Guard Agency (Frontex), Plac Europejski 6, 00-844 Warsaw, Poland

TED reference:50/2026 172180-2026

CPV classification:60000000 - Transport services (excl. Waste transport)

Submission channel:Electronic submission via the EU Funding & Tenders Portal eSubmission; PIC registration required for each participating organisation EU Funding & Tenders Portal 1

Key Dates and Financials

MilestoneDate/Info
TED publication date12/03/2026
Deadline for receipt of tenders24/04/2026 16:00 Europe/Warsaw
Date/time of public opening27/04/2026 10:00 Europe/Warsaw
Estimated total value€4,500,000 (excl. VAT); possible ceiling increase by up to 50% via negotiated procedure without prior publication if conditions apply
FrameworkSingle-supplier framework agreement, without reopening of competition
Maximum contract duration48 months (12 months initial + up to 3 renewals of 12 months)

Who Can Apply and How They Can Organise

Eligible Applicant Types

Logistics operators capable of 3PL execution, including warehousing and freight-forwarding:SMEs and large enterprises, freight forwarders, logistics integrators, transport companies, and consortia of such entities. Universities, research institutes, or individuals are not targeted for this operational service contract.

Access to Procurement (Geographic Eligibility)

Participation is open on equal terms to all natural and legal persons coming within the scope of the EU Treaties, and to international organisations. It is also open to natural and legal persons established in third countries having a special agreement with the EU on public procurement, under the conditions laid down in those agreements: economic operators established in EEA countries (Iceland, Norway, Liechtenstein) and Western Balkans under Stabilisation and Association Agreements; and operators established in Georgia, Moldova and Ukraine under Association Agreements for eligible procurement. The WTO GPA does not apply. Eligibility rules do not apply to subcontractors or to non-contracting entities whose capacities are relied upon; however, all involved entities must meet exclusion criteria and not be subject to EU restrictive measures.

Consortium and Subcontracting Rules

  • Sole tenderer or joint tender by a group of economic operators is permitted. No specific legal form required at submission; however, joint and several liability applies, and a consortium leader with power of attorney is mandatory.
  • Identified subcontracting is allowed; all subcontractors must meet exclusion criteria. Changes to subcontractors after submission require prior approval and must not substantially alter the tender.
  • Relying on capacities of other entities (not subcontractors) is allowed with binding commitment letters; for financial capacity reliance, Frontex may require joint signature or a first-call guarantee.

Scope of Services and Operational Geography

The framework will provide comprehensive 3PL services:warehousing, inventory and order processing, distribution, packing, labelling, returns and reverse logistics, multi-modal freight-forwarding (road, air, sea), customs brokerage and DDP handling for movements to/from non-EU geographies, and continuous business continuity support for Frontex logistics.

Service Areas (destinations and corridors)

  • EU Countries: Austria, Belgium, Bulgaria, Croatia, Cyprus, Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hungary, Ireland, Italy, Latvia, Lithuania, Luxembourg, Malta, Netherlands, Poland, Portugal, Romania, Slovakia, Slovenia, Spain, Sweden.
  • Non-EU Countries in Europe: United Kingdom, Ukraine, Serbia, Switzerland, Norway, Iceland, Liechtenstein, Moldova, Bosnia and Herzegovina, Albania, North Macedonia, Kosovo, Montenegro, Georgia.
  • Non-EU Countries in West Asia: Türkiye, Syria, Lebanon, Palestine Authorities, Israel, Northern Cyprus.
  • Non-EU Countries in North Africa: Algeria, Tunisia, Libya, Morocco, Mauritania, Sahrawi Arab Democratic Republic. Examples in the tender also reference flows such as Türkiye to Egypt.

Mandatory Warehousing Footprint

  • Warehousing services must be provided in Poland (within 25 km of Plac Europejski 6, Warsaw HQ), Greece (within 25 km of Monastiriou 28, Thessaloniki railway station), Italy, and Spain.
  • Dedicated storage equivalent to a minimum of 400 sqm per warehouse with pallet racking for up to 450 Europallets, exclusively for Frontex, for rapid deployment and contingencies.
  • Secured outdoor parking area at each warehouse to host 10 road vehicles (B/C1); three simultaneous vehicle charging points (CEE 7/3 Schuko 230V 16A AC or 32A) with proper grounding.
  • One indoor working space per warehouse (≥8 sqm) for Frontex acceptance and checks; indoor workshop space in Warsaw (≥25 sqm) is an optional service for extra points.

Optional Warehousing Locations (technical scoring)

  • France (mainland) or Germany or Belgium or Netherlands or Luxembourg.
  • Southern Spain, Southern Italy, and Northern France/Germany/Belgium/Netherlands/Luxembourg for specific operational corridors.

Service Requirements and Technical Conditions

  • Inbound/outbound processes within defined service hours (8:00–17:00 CET/CEST working days); readiness to operate on certain weekends/public holidays if requested.
  • Environmental/operational controls: humidity 30–60% RH; temperature 15–30°C; stability monitoring and daily recording; air cleaning/ventilation/filtration; protection from sunlight, dust, pests.
  • Inventory IT: unique package IDs with QR/barcodes; logical/physical stock visibility; FIFO; minimum/buffer/safety stock alerts; online booking and tracking; multi-user roles; reporting; training and 24/7 helpdesk is optional for extra points.
  • Security: perimeter and internal physical security; alarms connected to police/private guards; access control; compliance with EU OHS legislation; incident reporting within 24h using the prescribed template.
  • Reverse logistics, destocking and certified disposal/recycling on request; destruction of items with Frontex logos; segregation of materials to be destroyed; documentation of waste processing.
  • Insurance: contractor’s professional insurance of at least €2,000,000; per-shipment insurance and package insurance up to €10,000 included; higher-value insurance arranged via separate OF on request; reimbursement of loss/damage up to purchase value.
  • Customs: DDP for customs; manage brokerage, documentation, and duties for non-EU flows; apply EU Protocol 7, and relevant international agreements; act on Frontex’s behalf with authorities; handle exceptions within set timelines.
  • Dangerous goods compliance: ADR (road), IATA DGR (air), IMDG (sea).

Freight-Forwarding Performance and SLAs

  • Pickup service window: 09:00–16:00 CET/CEST.
  • Delivery lead times unless otherwise specified in RfCS: within EU country: ≤5 calendar days; between EU countries: ≤7 days; EU to/from non-EU Europe: ≤14 days; between non-EU European countries: ≤21 days. Lead times include customs processing.
  • Capabilities: LTL and FTL; time-critical logistics; provision of vehicles with lifts (≥500 kg) and pallet trucks; cardboard boxes, envelopes, waterproof bags, and Europallets supply.
  • Unsuccessful deliveries: minimum three attempts; reasons reported; address/contact verification; redirection capability upon urgent request; escalation with Frontex before return.
  • Real-time online tracking with status and ETA; security inspections and identity checks allowed during delivery.

Selection, Eligibility and Exclusion Requirements

  • Legal capacity: registration in a relevant professional or trade register.
  • Economic and financial capacity: average annual turnover of at least €2,250,000 over the last three closed financial years; submission of balance sheets/P&L and turnover declarations.
  • Technical and professional capacity: at least five contracts similar in scope and complexity completed in the last three years with a combined value of at least €2,000,000; at least five client reference letters confirming service quality.
  • Personnel and certifications: FIATA membership; applicable export authorisations for dual-use items (Regulation (EU) 2021/821); professional insurance ≥ €2,000,000; Contract Manager and Deputy with English at least B2 per CEFR.
  • Quality management: ISO 9001:2015 (mandatory). Optional for scoring: ISO 45001:2018 (OHS), ISO 14001:2015 (environment), ISO 22301:2019 (business continuity).
  • Exclusion criteria: standard EU grounds apply; all involved entities must provide a signed Declaration on Honour and supporting evidence on request; entities under EU restrictive measures are ineligible.

Award and Evaluation

  • Best price-quality ratio; weighting: Technical 60%, Financial 40%.
  • Technical minimum threshold: 50/100 points. Top technical score is scaled to 100; others proportionally. Financial score: lowest total reference price = 100; others proportionally.
  • Technical scoring focuses on: geographic coverage in West Asia and North Africa; footprint in specific EU regions; secure indoor parking capability; Warsaw workshop availability; 24/7 helpdesk; inventory update SLA (24h); end-to-end freight-forwarding corridors between EU, non-EU Europe, West Asia, and North Africa; and optional ISO certifications (45001, 14001, 22301).
  • Abnormally low tenders may be rejected under the EU Financial Regulation.
  • Award is to a single tenderer; framework agreement is without reopening of competition.

Application Process and Required Documents

  • Submission must be made only via eSubmission on the EU Funding & Tenders Portal. Each entity in a joint tender must hold a valid PIC. One tender per tenderer rule applies; later-submitted version supersedes earlier drafts.
  • Language: any official EU language for the tender; working language for performance is English (B2 minimum for key staff).
  • Opening session is virtual; up to two representatives per tenderer may attend upon timely email request with the eSubmission receipt.
  • Pricing: Financial offer in EUR, excl. VAT, all-inclusive for services described; Frontex is VAT-exempt under Protocol 7 and will provide 1510 forms where applicable.
  • Payments: monthly interim payments against accepted services; 30-day payment term; pre-financing may be foreseen in Order Forms; invoices must reference FWC/OF/RfCS and be supported by line-item service reports.

Templates and Annexes (structure of the application)

  • Annex I Tender Specifications: full eligibility, selection, exclusion, evaluation, and award criteria; joint tenders and subcontracting rules; access to procurement scope.
  • Annex II Terms of Reference: detailed service requirements, SLAs, geographies, inventory and IT requirements, security, customs, disposal, incident management; Appendices include Incident Information Form, Acceptance Form, Handover Form, Data Processing Agreement, Declaration of Confidentiality, Statement of Compliance, Fundamental Rights Commitment Letter.
  • Annex III Draft Framework Service Contract: special and general conditions; order form model; payments, guarantees, price revision (HICP-based), confidentiality, data protection (Reg. 2018/1725), audits (OLAF, Court of Auditors, EPPO), liquidated damages for delay, and reduction in price for low quality.
  • Annex IV Financial Proposal Template: structured pricing matrix covering warehousing and transportation by land, air, and sea; mandatory and optional services with weighting factors by package size; volumetric conversion factor 5,000.
  • Annex V Declaration on Honour: exclusion and selection criteria statements for tenderer, group members, subcontractors, and relied-on entities. Signed with QES under eIDAS or handwritten.
  • Annex VI Tender Submission Form: tenderer details, SME status, contact person, joint tender partner list, subcontracting plan, reliance on capacities, and signatures.
  • Annex VII Power of Attorney / Commitment Letters: consortium leadership and joint liability; subcontractor and other-entity commitments to make capacities available.
  • Annex VIII Technical Proposal Template – Compliance Matrix: exhaustive checklist mirroring ToR requirements; evidence references (certifications/self-declarations, blueprints, layouts, geocoordinates, IT descriptions, policies).

Categorisation and Structured Information

Eligible Applicant Types:SME, large enterprise, logistics operator, freight forwarder, 3PL provider, transport company, customs broker, consortium of such entities. International organisations can participate if within access rules.

Funding Type:Procurement contract for services under a single-supplier framework agreement; payments against accepted deliverables.

Consortium Requirement:Single tenderer or consortium permitted; one contractor will sign the framework contract; joint and several liability applies for groups.

Beneficiary Scope (Geographic Eligibility):EU Treaties scope; EEA (Iceland, Norway, Liechtenstein); Western Balkans under Stabilisation and Association Agreements; Georgia, Moldova, Ukraine under Association Agreements for eligible procurement; GPA not applicable. Subcontractors are not restricted by access rules but must meet exclusion criteria and not be subject to EU restrictive measures.

Target Sector:Transport and logistics, warehousing, distribution, multimodal freight, customs and trade compliance, supply chain operations for security and border management support.

Mentioned Countries:EU Member States (27 listed); Non-EU Europe: United Kingdom, Ukraine, Serbia, Switzerland, Norway, Iceland, Liechtenstein, Moldova, Bosnia and Herzegovina, Albania, North Macedonia, Kosovo, Montenegro, Georgia; West Asia: Türkiye, Syria, Lebanon, Palestine Authorities, Israel, Northern Cyprus; North Africa: Algeria, Tunisia, Libya, Morocco, Mauritania, Sahrawi Arab Democratic Republic. Examples also reference Egypt lanes.

Project Stage:Operational service delivery under a framework contract; not research or development. Immediate implementation post-award via Order Forms and RfCSs.

Funding Amount:Up to €4,500,000 excl. VAT over 48 months; potential ceiling increase up to 50% through a negotiated procedure without prior publication if conditions apply.

Application Type:Open call for tenders via electronic submission (eSubmission) on the EU Funding & Tenders Portal.

Nature of Support:Money: contractual payments for services delivered and accepted; VAT exemption applies to Frontex under Protocol 7.

Application Stages:Single-stage submission; administrative, exclusion, selection, compliance and quality-price evaluation; public opening of tenders; no negotiation stage foreseen in the open procedure.

Success Rates:Not stated.

Co-funding Requirement:No co-funding; this is procurement. The contractor invoices Frontex for services ordered and accepted. Contractors outside Poland should secure VAT exemption with national authorities (1510 form provided by Frontex).

Evaluation Readiness Checklist (Selection and Technical)

  • Corporate documents: registration extract; legal representative authorisations; PIC number(s).
  • Financials: balance sheets and P&Ls for last three closed years; annual turnover declaration; exchange rates per InforEuro if non-EUR.
  • References: at least 5 similar 3PL/warehousing/freight-forwarding contracts over last 3 years; combined value ≥ €2,000,000; 5 signed reference letters.
  • Certifications: ISO 9001:2015 (mandatory); optionally ISO 45001, ISO 14001, ISO 22301; FIATA membership; export authorisations per Reg. (EU) 2021/821.
  • Insurance: professional liability policy ≥ €2,000,000; per-shipment insurance approach; evidence templates ready.
  • Technical proposal: completed Annex VIII compliance matrix; descriptions of warehouses with geocoordinates, photos, access, temperature/humidity control, security systems; dedicated 400 sqm space with pallet capacity; parking and charging; IT systems and tracking; helpdesk (optional 24/7); SLAs for inventory updates; dangerous goods processes; customs DDP workflows; incident reporting and business continuity plans; staff CVs (CM and Deputy) with English B2.
  • Financial proposal: Annex IV pricing matrix covering warehousing and multimodal transport; observe volumetric factor 5,000; include all-in prices excluding VAT; respect weighting factors per package size and modality.
  • Consortium/subcontracting: signed power of attorney, commitment letters (Annex VII), roles and responsibilities, exclusion declarations for all involved entities.

Contract Management and Compliance Highlights

  • Framework implementation via Order Forms (OFs) and Requests for Confirmation of Services (RfCSs).
  • Service acceptance through formal Acceptance Forms; Handover Forms confirm receipt but do not equal acceptance.
  • Quality monitoring: Frontex audits with 14 days’ notice; liquidated damages for delay; price reduction for low quality; substitution and termination clauses apply.
  • Data protection: Regulation (EU) 2018/1725; privacy notice annexed; DPA signature required; confidentiality and Code of Conduct compliance, plus Statement of Compliance and Declaration of Confidentiality templates.
  • Price revision: annual HICP-based price indexation mechanism from year 2 onward.
  • Checks and audits: OLAF, Court of Auditors, EPPO; five-year retention period post final payment on last OF.

Long Summary and Explanation

Frontex seeks a robust, single 3PL partner under a four-year framework to warehouse, handle, move and customs-clear its operational equipment across the EU, Schengen and selected non-EU regions in Europe, North Africa, and West Asia. The contractor must maintain a mandatory warehousing footprint in Poland, Greece, Italy and Spain with dedicated secured capacity for Frontex, tight environmental controls, controlled access and security, and vehicle parking and charging facilities. The services span the full logistics chain: inbound to outbound, inventory with IT tracking, LTL/FTL and multimodal transport, reverse logistics, certified disposal, and DDP customs solutions. Delivery SLAs are calibrated for intra-country, intra-EU and EU–non-EU corridors, and a 24/7 helpdesk and optional additional warehouses can increase technical scores. Eligibility follows EU procurement access rules, with consortium and subcontracting options, but with strict exclusion and sanction compliance. Selection emphasises adequate turnover, proven 3PL delivery track record with references, FIATA membership, dual-use export authorisations, and ISO 9001 certification. Technical evaluation rewards comprehensive geographic reach, service maturity, optional ISO certifications for OHS, environment, and business continuity, and strong IT, inventory and helpdesk capabilities. The award applies a 60/40 quality-to-price formula, with electronic-only submissions through the EU Funding & Tenders Portal. Operationally, Order Forms and RfCSs govern work; acceptance is formalised, and payments follow 30-day terms. Data protection, confidentiality, audits, and remedies for delay or underperformance are detailed in the draft contract. For logistics operators with European and neighbouring corridors, customs expertise, and strong warehousing and IT capabilities, this tender offers a significant multi-year service engagement with a maximum contract value of €4.5 million and a possible ceiling increase if operational needs grow.

Footnotes

  1. 1Official call page with documents and eSubmission: EU Funding & Tenders Portal

Short Summary

Impact

Ensure continuous, secure and timely storage, handling and multimodal transport of Frontex operational equipment and related materials across the EU and neighbouring regions to support rapid deployment and operational readiness.

Applicant

Operators with end-to-end 3PL capabilities including secure warehousing, multimodal freight-forwarding, customs brokerage (DDP), IT visibility systems, dangerous-goods handling and adequate insurance and certifications (ISO 9001, FIATA).

Developments

Operational logistics services covering dedicated warehousing, inventory management, reverse logistics and multimodal freight corridors connecting EU Member States with selected non-EU countries in Europe, North Africa and West Asia.

Applicant Type

Profit logistics companies and large transport/3PL providers (SMEs and large enterprises) experienced in freight-forwarding, customs procedures and secured warehousing.

Consortium

Single tenderer allowed or joint tender by a group with joint and several liability; participation by consortia is permitted but not required.

Funding Amount

Estimated total value up to €4,500,000 (excluding VAT) for the framework (maximum duration up to 48 months), with a possible ceiling increase of up to 50%.

Countries

Mandatory warehousing in Poland and Greece (specified proximity to HQ/terminals) and coverage required in Italy and Spain, plus operations across all EU Member States and select non-EU countries in Europe, North Africa and West Asia (e.g., Türkiye, Lebanon, Israel, Morocco).

Industry

Transport and logistics (3PL) services for border and coast guard operational support; sector-specific to security/logistics rather than industry-agnostic.

Additional Web Data

This is an open procedure call for tenders issued by the European Border and Coast Guard Agency (Frontex) for a framework agreement to provide comprehensive third-party logistics services, including warehousing, storage, and freight-forwarding for Frontex heavy and light equipment, personal and technical gear for the Standing Corps. Services cover transportation, distribution, and storage across EU Member States, Schengen Associated Countries, and specified non-EU countries in Europe, North Africa, and West Asia (e.g., Türkiye, Syria, Lebanon, Palestine Authorities, Israel, Northern Cyprus; Algeria, Tunisia, Libya, Morocco, Mauritania, Sahrawi Arab Democratic Republic). Weapons and ammunition are excluded.

Key Dates and Procedure Details

  • TED Publication Date: 12 March 2026
  • Deadline for Receipt of Tenders: 24 April 2026, 16:00 Europe/Warsaw
  • Questions Deadline: 16 April 2026, 23:59 Europe/Warsaw
  • Public Opening: 27 April 2026, 10:00 Europe/Warsaw
  • Procedure Type: Open procedure
  • Award Method: Best price-quality ratio (60% technical, 40% price)
  • Framework Agreement: Without reopening of competition
  • Maximum Contract Duration: 48 months
  • Estimated Total Value: €4,500,000 (excluding VAT)

Tenders must be submitted electronically via the EU Funding & Tenders Portal. The framework contract is for an initial 12 months, renewable up to three times for 12 months each, not exceeding 48 months total. Frontex may negotiate extensions up to 50% of the ceiling without prior publication if needs arise.

Eligibility and Who Can Apply

Open on equal terms to all natural and legal persons within the scope of the EU Treaties, EEA countries (Iceland, Norway, Liechtenstein), and certain third countries under specific agreements (e.g., Stabilisation and Association Agreements for Western Balkans; Association Agreements for Georgia, Moldova, Ukraine above €143,000). UK companies may participate as prime contractors per Q&A clarification (point I.3 of Tender Specifications). Excludes GPA applicability. Subcontracting allowed but not to circumvent rules; all involved entities must meet exclusion criteria.

Exclusion Criteria

  • Bankruptcy, insolvency, or analogous situations
  • Non-payment of taxes or social security
  • Grave professional misconduct, fraud, corruption, criminal offences
  • Significant deficiencies in prior EU contracts
  • Irregularities or shell entities to circumvent obligations

Selection Criteria

CriterionMinimum RequirementEvidence
Legal CapacityProof of legal existence and regulatory capacityCompany register extract
Economic/Financial (Consolidated)Average annual turnover ≥€2,250,000 (last 3 years)Balance sheets, turnover statements
Technical/Professional (Consolidated)≥5 similar contracts (total ≥€2M, last 3 years) with quality confirmations; FIATA membership; professional insurance ≥€2M; ISO 9001:2015; Contract Manager/Deputy with B2 EnglishContract lists, reference letters, CVs, proofs, insurance policy, ISO cert

Joint tenders, subcontracting, and reliance on other entities permitted with joint/several liability and required declarations/commitments. PIC registration mandatory via Participant Register.

Scope of Services

Warehousing (Mandatory in Poland, Greece, Italy, Spain; Optional elsewhere)

  • Dedicated ≥400 sqm space (450 Europallets) exclusively for Frontex goods
  • Secured outdoor parking for 10 vehicles + 3 EV charging points (CEE 7/3 Schuko, 230V 16A)
  • Indoor working space ≥8 sqm per warehouse; optional Warsaw workshop (25 sqm)
  • Controlled environment: 15-30°C, 30-60% RH, stable, monitored
  • FIFO inventory, online tracking, 24h updates (optional 365/24/7 helpdesk)
  • Inbound/outbound processes, reverse logistics, waste disposal
  • Physical security: alarms, CCTV, fire protection, pest control

Freight-Forwarding (Land, Air, Sea; DDP Incoterms for customs)

  • Domestic EU: ≤5 days; Intra-EU: ≤7 days; EU-Non-EU Europe: ≤14 days; Non-EU Europe: ≤21 days
  • Optional extended coverage (North Africa/West Asia: extra evaluation points)
  • Customs clearance (Protocol 7 TFEU), FIATA membership, dual-use export authorisations
  • Online booking/tracking, insurance ≥€10K/package (higher on request)
  • LTL/FTL, dangerous goods compliant (ADR/IATA/IMDG)

Estimated annual volume:~4,000 shipments (90% intra-EU), volumetric weights XS-XL. Services exclude weapons/ammunition; Ukraine postponed until safe.

Financial Proposal and Pricing

All-inclusive prices in EUR (excl. VAT), using volumetric weight (5000 factor). Template in Annex IV covers land/air/sea (mandatory/optional packages XS-XL). Weighted evaluation; price revision via HICP index post-year 1.

Evaluation Criteria (100 Technical Points Min. 50 to Proceed)

Criterion (ToR Ref)Max Points
Geographical Coverage West Asia/North Africa10
Warehousing France/DE/BE/NL/LU5
Warehousing Southern ES/IT/FR/DE/BE/NL/LU15
Indoor Parking (10 spots/warehouse)10
Warsaw Workshop10
24h Inventory Updates10
365/24/7 Helpdesk10
Freight-Forwarding EU-North Africa5
EU-West Asia5
Non-EU Europe-North Africa5
Non-EU Europe-West Asia5
West Asia-North Africa5
ISO 45001/14001/223019 (3 each)

Final score:60% technical + 40% financial. Documents: 18 available (e.g., Tender Specs, ToR, Draft Contract, Financial Template, Declaration on Honour).

Key Documents and Submission

  • Primary Source: EU Funding & Tenders Portal
  • TED Notice: 50/2026 172180-2026
  • Technical Proposal: Compliance matrix (Annex VIII), warehouse details/photos/maps, transport fleet/IT tools, insurance, data processing docs
  • Financial: Excel template (Annex IV)
  • Q&A: UK eligibility confirmed; 1 public question

Frontex exempt from VAT (Protocol 7 TFEU); contractors outside PL must obtain exemptions. Governing law: Polish; disputes in Polish courts.

Risks and Considerations for Applicants

  • Strict deadlines; electronic submission only (≤50MB/file, ≤200 files)
  • Joint/several liability for groups; PIC required
  • Audits up to 5 years post-final payment; EDES exclusion risk
  • Insurance mandatory (≥€2M general, shipment-specific)
  • Data protection: DPA, confidentiality declarations required

Portal for Submission:Register PIC and submit via EU Funding & Tenders Portal. Questions via Q&A section.

Footnotes

  1. 1Data sourced from official EU Funding & Tenders Portal (primary), TED notice, and scraped documents (Tender Specs, ToR, etc.). Dates in CET/CEST; verify portal for updates. Tender Details.

Update Log

No updates recorded yet.

Documents

Document filePDF documentPDF documentPDF documentPDF documentPDF documentExcel documentWord documentPDF documentPDF documentPDF document

Discover with AI

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

Try AI Agent →

EU Grant Database

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

Browse Database →

Stay Informed

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

Configure Notifications →

Track Your Favorites

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

Use the Follow button above ↑

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

Provision of Tactical Emergency Casualty Care (TECC) products

TenderOpen

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 estima...

April 13th, 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

CDT-NET-2026 - services d’entretien et de nettoyage des locaux du Centre (LOT 1) et services d'évacuation des déchets et destruction de documents à caractère confidentiel (LOT 2)

TenderOpen

The Translation Centre for the Bodies of the European Union (CDT) has published open tender CDT/2026/OP/0004 (TED ref. 209983-2026) for two lots: Lot 1 building cleaning and maintenance services and Lot 2 waste evacuation and confidentia...

April 28th, 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

Maintenance full omnium des équipements d´accès sécurisés unipersonnels sur le site du Parlement européen à Luxembourg

TenderOpen

Appel d'offres EP-SAFE/2025/OP/0009 du Parlement européen pour un contrat-cadre de maintenance full omnium (niveau Afnor 4) des équipements d'accès sécurisés unipersonnels (Type II) sur le site de Luxembourg, durée initiale 1 an renouvel...

April 22nd, 2026

Framework service contract regarding mechanical works

TenderOpen

The European Commission (DG ENER - EURATOM Safeguards) is tendering a single framework service contract (EC-ENER/LUX/2025/OP/0020) for mechanical works to support measurement systems in nuclear installations, covering design, production,...

April 13th, 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

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

Provision of temporary agency workers to Eurofound - HR/7832

TenderOpen

Eurofound (Dublin) has published an open call for tenders (EUROFOUND/2026/OP/0016, HR/7832) for a framework agreement to supply temporary agency workers across five profiles on demand, acting as the legal employer and complying with Iris...

April 30th, 2026

Dynamic Purchasing System for Cloud Services (CLOUD III DPS)

TenderOpen

The European Commission, through DG DIGIT Digital Services, has announced a call for tenders for a Dynamic Purchasing System for Cloud Services known as CLOUD III DPS, identified by the reference DIGIT/2023/DPS/0031. This procurement pro...

December 31st, 2027

Administrative support services to EUSPA

TenderOpen

This opportunity is an invitation to tender issued by the European Union Agency for the Space Programme (EUSPA) for the provision of administrative support services, identified as EUSPA/PRG/2026/OP/0003. The total estimated value of the...

April 30th, 2026
Third-Party Logistics (3PL) - Warehouse and freight-forwarding services | Subsdy