Publications Office of the EU
Restricted Procedure - Convocatorias de concursos de la UE
DisplayCustomHeader
Procurement Detail Actions Portlet
OP Portal - Procurement - Details

Restricted Procedure

  • Anunciado(s)
    13/03/2025
  • Fecha estimada de publicación
    07/11/2025
  • Hoy
    05/03/2026
Estado
Anunciado(s)
Tipo de contrato
Supplies
Procedimiento renovado
No
Comprador
Department of Defence
Lugar de ejecución
NUTS code: Lugar de ejecución múltiple
Dirección del comprador
NUTS code: IE061 Dublin
Sector comercial (CPV principal)
35000000 Equipo de seguridad, extinción de incendios, policía y defensa
Valor total estimado del contrato (excluido el IVA)
No disponible
Valor total final del contrato (excluido el IVA)
No disponible
Número de referencia de la oferta
CON/0021/2025
Descripción

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.

Método de presentación
No disponible
Pueden presentarse ofertas
ORG-0001
Información sobre un contrato público, un acuerdo marco o un sistema dinámico de adquisición
No disponible
Condiciones de apertura de ofertas (fecha)
No disponible
Lugar de ejecución
Método de adjudicación
No disponible
Valor estimado
No disponible
Valor final contratado
No disponible
Adjudicación del contrato
No disponible
Información previa
Contrato
Adjudicación
Footnote - legal notice

El contenido de esta página constituye exclusivamente un servicio adicional, y no tiene efectos jurídicos. Las instituciones de la UE no asumen responsabilidad alguna por su contenido. Las versiones oficiales de los anuncios de licitación pertinentes son aquellas publicadas en el suplemento del Diario Oficial de la Unión Europea y disponibles en TED. Se puede acceder a esos textos oficiales directamente mediante los enlaces integrados en esta página. Para más información, véase la declaración relativa a la explicabilidad y la responsabilidad en materia de contratación pública.