Publications Office of the EU
Restricted Procedure - EU tenders
DisplayCustomHeader
Procurement Detail Actions Portlet
OP Portal - Procurement - Details

This page contains content generated automatically to improve findability and accessibility

- indicates CPV codes deduced from the text of the procedure

Restricted Procedure

  • Announced
    13/03/2025
  • Today
    19/04/2025
  • Estimated published
    07/11/2025
Status
Announced
Type of contract
Supplies
Subject for Renewal
No
Buyer
Department of Defence
Place of performance
NUTS code: Multiple place of performance
Location of buyer
NUTS code: IE061 Dublin
Business sector (Main CPV)
35000000 Security, fire-fighting, police and defence equipment
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
Not available
Tender reference number
CON/0021/2025
Description

This notification is not a procurement nor an invitation to submit bids. The Department of Defence as the executive authority of the Minister for Defence on behalf of the Irish Defence Forces is undertaking a preliminary market engagement exercise to outline a planned procurement of UAS. This Prior Information Notice is to alert the market of the requirement. Total Quantity or Scope; UAS systems are in widespread usage amongst contemporary militaries for a variety of taskings. The scope of this enquiry is to establish the extent of market offerings available further to the broad parameters as listed in the questionnaire type annex. These relate to a platform with an equivalent not currently in service with the Defence Forces. The new platform will be used predominantly for traditional ISTAR purposes and will also be used to support precision coastal fires. The platform will have a greater endurance, max range and variety of capabilities than what is currently operated by the Defence Forces. No strike capability is currently contemplated but the ability of either the platform and/or the ground control component to seamlessly deliver a strike capability might be stated in the responses. The platform sought should be fixed wing and be catapult launched with no need for a runway. The platform should be propelled by combustion engine or electric motor. The platform must carry an integrated dual Electro-Optical and IR sensor in a single payload with a laser designator for precision targeting and support for correcting artillery fire. It is additionally envisaged the platform would align with NATO class 2 –Tactical designation. Thus the platform must have a minimum range of 100-250km with an endurance of up to 12 hours and should be capable of operating in all weather conditions, day and night. The platform must be able to integrate with commonly used battlespace management systems used across NATO member states and comply with all NATO integration standards including using link 16 for data communications. The platform must align with the NATO capability code ISTAR-GROUP-BDE’s Capstone Capability Statement 1.02: Capable of conducting all-source ISR (Intelligence, Surveillance & Reconnaissance), Target Acquisition and EW to support operations of a manoeuver force at Brigade level and also the Principal Capability Statement 2.01: Capable of providing appropriate levels of intelligence fusion, battlefield surveillance, EW, HUMINT, Target acquisition and Close Reconnaissance in the Brigade area of responsibility. Parties wishing to respond to this PIN might, by reference to the response mechanism used on this platform submit replies to the several requests for information listed in ANNEX 1 on or by the 30th of April 2025. ANNEX 1. State the name, model designation and NSM (if any) of the proposed platform. 2. State; a. MTOW b. Endurance c. Payload type(s) and weight d. Speed e. Operational Altitude f. Max LOS & BVLOS (if any) ranges g. Launch/Recovery methods h. ISTAR components & capabilities i. Additional capabilities (non-lethal such as e.g ECM, laser designator) 3. Is the platform currently in service with any NATO/EU military, if so elaborate 4. State the territories associated with the critical supply chain elements of the platform and sub-assemblies. 5. Can the platform be seamlessly configured to host a strike capability. If so elaborate. 6. What is the ROM cost of four complete systems, including ground station and all supporting equipment as well as all spare parts/consumables to enable two 12 hour missions per system. 7. What warranties are provided. 8. What is typical delivery time from delivery of purchase order. 9. Are simulators available 10. What levels of support are available. 11. Does any element of ITAR attach to the platform, sub-assemblies and capability components 12. What user, field & workshop technical training is available.

Submission Method
Not available
Tenders may be submitted
ORG-0001
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
Not available
Conditions for opening tenders (date)
Not available
Place of performance
CPV code

35000000 - Security, fire-fighting, police and defence equipment

35613000 - Unmanned aerial vehicles

34000000 - Transport equipment and auxiliary products to transportation CVP code deduced from the text of the procedure AI-generated

38000000 - Laboratory, optical and precision equipments (excl. glasses) CVP code deduced from the text of the procedure AI-generated

34700000 - Aircraft and spacecraft CVP code deduced from the text of the procedure AI-generated

Award method
Not available
Estimated value
Not available
Final contracted value
Not available
Award of contract
Not available
Prior information
Contract
Award
Footnote - legal notice

This content published on this page is meant purely as an additional service and has no legal effect. The Union's institutions do not assume any liability for its contents. The official versions of the relevant tendering notices are those published in the Supplement of Official Journal of the European Union and available in TED. Those official texts are directly accessible through the links embedded in this page. For more information please see Public Procurement Explainability and Liability notice.