Scope
Reference
LSL/DC/0215
Description
Team Leidos are proud to be delivering the logistics commodities and services transformation (LCS(T)) Delivery partner contracts (LCS (T)/0001 dated 16.4.2015) on behalf of the UK Ministry of Defence (MoD) (the 'Prime Contract'). Delivery of other parts of the LCS(T) contract are delivered by Leidos Europe Ltd (LEL) and other partners (together 'Team Leidos'). This requirement is subject to the Public Procurement Regulations and respective advertising action.
The Defence Clothing Team, which forms part of Leidos Supply Ltd. is considering the potential requirement for the The Supply of On Water Clothing and Equipment on behalf of the UK MoD.
The total estimated value for this Framework Agreement will be between £30000000 and £74000000, with a total length of 5 Years.
In addition, please note that as a framework agreement there is no guarantee of business.
If this is of further interest, please register on our eProcurement system, Jaggaer: https://leidos-supply.app.jaggaer.com
Bidders will be able to register on the system, and once registered they can express their interest and complete their bid on there. Should Bidders have any queries regarding the system, please contact the support team on the front page of the Jaggaer website, where it says 'Need assistance?', for help. Anyqueries regarding the tender itself, as opposed to the system, should be directed through Jaggaer's messaging centre.
Total value (estimated)
- £77,500,000 excluding VAT
- £93,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 11 September 2027 to 11 September 2032
- 5 years, 1 day
Main procurement category
Goods
Contract locations
- UK - United Kingdom
Not the same for all lots
CPV classifications are shown in Lot sections, because they are not the same for all lots.
Lot 1. On Water Clothing (Suits)
Description
Lot 1 - On Water Clothing (Suits)
Lot value (estimated)
- £73,500,000 excluding VAT
- £88,200,000 including VAT
CPV classifications
- 18100000 - Occupational clothing, special workwear and accessories
- 18200000 - Outerwear
- 18400000 - Special clothing and accessories
- 18110000 - Occupational clothing
- 18130000 - Special workwear
- 18220000 - Weatherproof clothing
- 35000000 - Security, fire-fighting, police and defence equipment
- 19000000 - Leather and textile fabrics, plastic and rubber materials
- 35810000 - Individual equipment
- 18000000 - Clothing, footwear, luggage articles and accessories
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Heated Jackets
Description
Lot 2 - Heated Jackets
Lot value (estimated)
- £1,400,000 excluding VAT
- £1,680,000 including VAT
CPV classifications
- 18130000 - Special workwear
- 18400000 - Special clothing and accessories
- 18200000 - Outerwear
- 35810000 - Individual equipment
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Marine Safety Helmets
Description
Lot 3 - Marine Safety Helmets
Lot value (estimated)
- £1,300,000 excluding VAT
- £1,560,000 including VAT
CPV classifications
- 18143000 - Protective gear
- 18130000 - Special workwear
- 35810000 - Individual equipment
- 18110000 - Occupational clothing
- 18100000 - Occupational clothing, special workwear and accessories
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 4. Balaclavas
Description
Lot 4 - Balaclavas
Lot value (estimated)
- £1,300,000 excluding VAT
- £1,560,000 including VAT
CPV classifications
- 18200000 - Outerwear
- 18110000 - Occupational clothing
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Participation
Particular suitability
Lot 1. On Water Clothing (Suits)
Lot 2. Heated Jackets
Lot 3. Marine Safety Helmets
Lot 4. Balaclavas
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
4 April 2026, 12:00pm
Tender submission deadline
16 April 2026, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
11 July 2027
Award criteria
| Name | Description | Type |
|---|---|---|
| Qualification Stage | Bidders must achieve a PASS mark for all PASS/FAIL questions in order to be deemed compliant in the Qualification stage. Failure of any of the questions may result in a Bidder's Tender not being... |
Quality |
| Technical Stage | Bidders who have successfully passed the Qualification Envelope will progress to the Technical Envelope evaluation. A benchmark score of 70% or higher is required for the weighted questions within the... |
Quality |
| Commercial Stage | The submitted prices of any Bidders whose bids have passed all the previous phases will be assessed. Leidos Supply Limited (LSL) intends to award a minimum of one Agreement per lot for this... |
Price |
Weighting description
Bidders must achieve a PASS mark for all PASS/FAIL questions in order to be deemed compliant in the Qualification stage. Failure of any of the questions may result in a Bidder's Tender not being evaluated further, past the point of failure.
Bidders who have successfully passed the Qualification Envelope will progress to the Technical Envelope evaluation. A benchmark score of 70% or higher is required for the weighted questions within the Question Set in order to be deemed compliant. Where...
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
LEIDOS SUPPLY, LIMITED
- Companies House: 09353172
8 Monarch Court The Brooms
Bristol
BS16 7FH
United Kingdom
Region: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Organisation type: Public authority - central government
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
TVS SUPPLY CHAIN SOLUTIONS LIMITED
Summary of their role in this procurement: Conduct various parts of the evaluation
- Companies House: 02748952
Logistics House, Buckshaw Avenue
Chorley
PR6 7AJ
United Kingdom
Email: uk.enquiry@tvsscs.com
Website: https://www.tvsscs.com/
Region: UKD47 - Chorley and West Lancashire