Restricted Procedure

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 …

CPV: 35000000 Security, fire-fighting, police and defence equipment, 35613000 Unmanned aerial vehicles
Place of execution:
Restricted Procedure
Awarding body:
Department of Defence
Award number:
CON/0021/2025

1. Buyer

1.1 Buyer

Official name : Department of Defence

2. Procedure

2.1 Procedure

Title : Restricted Procedure
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.
Internal identifier : CON/0021/2025

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35000000 Security, fire-fighting, police and defence equipment
Additional classification ( cpv ): 35613000 Unmanned aerial vehicles

2.1.2 Place of performance

Postal address : Department of Defence Station Road
Town : Newbridge
Postcode : W12 AD93
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 0 Euro

2.1.4 General information

Legal basis :
Directive 2009/81/EC

3. Part

3.1 Part technical ID : PAR-0001

Title : Class 2 Tactical UAS
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.
Internal identifier : CON/0021/2025

3.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 35000000 Security, fire-fighting, police and defence equipment

3.1.2 Place of performance

Town : Newbridge
Postcode : W12 AD93
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

3.1.4 Value

Estimated value excluding VAT : 0 Euro

3.1.5 General information

This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

3.1.9 Further information, mediation and review

Review organisation : The High Court of Ireland -
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed : Department of Defence -
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed : The High Court of Ireland -
Organisation providing information concerning the general regulatory framework for employment protection and working conditions applicable in the place where the contract is to be performed : European Dynamics S.A. -
Organisation providing offline access to the procurement documents : Department of Defence -
Organisation receiving requests to participate : Department of Defence -
Organisation processing tenders : Department of Defence -

8. Organisations

8.1 ORG-0001

Official name : Department of Defence
Postal address : Station Road, Newbridge, Co Kildare W12 AD93 Station Road
Town : Newbridge
Postcode : W12 AD93
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 045 452000
Internet address : www.defence.ie
Buyer profile : www.defence.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Organisation providing information concerning the general regulatory framework for taxes applicable in the place where the contract is to be performed

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender
Organisation providing information concerning the general regulatory framework for environmental protection applicable in the place where the contract is to be performed
Notice information
Notice identifier/version : 5546600e-3f8c-49f9-b565-48e0e63c1ffe - 01
Form type : Planning
Notice type : Prior information notice or a periodic indicative notice used only for information
Notice dispatch date : 11/03/2025 14:46 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00165170-2025
OJ S issue number : 51/2025
Publication date : 13/03/2025
Estimated date of publication of a contract notice within this procedure : 07/11/2025