Opportunity

UK Deployable Food

  • Leidos Supply

F02: Contract notice

Notice reference: 2021/S 000-003516

Published 22 February 2021, 10:56pm



The closing date and time has been changed to:

16 June 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Leidos Supply

Monarch Court, 8 The Brooms, Emersons Green

Bristol

Email

LEIDOS-LSL-DEFENCE-FOOD@teamleidos.mod.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://leidos-supply.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=50629

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://leidos-supply.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=50629

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://leidos-supply.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=50629

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Defence


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

UK Deployable Food

Reference number

LSL/FOOD?0019

two.1.2) Main CPV code

  • 15000000 - Food, beverages, tobacco and related products

two.1.3) Type of contract

Supplies

two.1.4) Short description

This Requirement is for the supply of food products to British Armed Forces personnel in military establishments and at training and exercise locations throughout the UK. It also includes the supply of food products to Royal Navy and Royal Fleet Auxiliary vessels at Naval bases and ports within the UK, as well as in-flight catering products to UK Royal Air Force stations.

two.1.5) Estimated total value

Value excluding VAT: £175,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 15000000 - Food, beverages, tobacco and related products

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The successful supplier will be required to manage the food supply chain to source and deliver a range of approximately 1,000 Core Range products consisting of fresh, ambient, chilled, frozen, dairy and bakery food product lines direct to British Armed Forces personnel located at sites throughout the UK, including military establishments, training and exercise areas and Naval bases and ports. The supplier will also be required to source and deliver in-flight catering products to UK Royal Air Force stations. The number of delivery locations and accounts totals approximately 200-250 with a geographical split covering circa England (80 %), Scotland (12 %), Wales (5 %) and Northern Ireland (3 %).

The contract will be for an initial fixed period of 5 years followed by an extension Option of a further 2 years at the discretion of Leidos. The initial fixed period will be from 01 October 2021 to 30 September 2026.

The estimated annual total expenditure is in the range of £20,000,000 GBP to £25,000,000 GBP.

An e-Catalogue ordering solution will be employed by Leidos to enable the end-customers to place orders directly with the successful supplier and to enable e-invoicing. The e-Catalogue will require the use of an Electronic Data Interchange (EDI) by the successful supplier.

If this is of further interest, please register on our eProcurement system, Jaggaer: https://leidos-supply.app.jaggaer.com. Once registered Bidders can express their interest and complete and submit their bid directly upon the system. Should Bidders have any queries regarding the system, please contact the support team using the link on the front page of the Jaggaer website, where it says ‘Need assistance?’. Any queries regarding the tender itself, as opposed to the system, should be directed through Jaggaer's Messaging Centre.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £175,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Leidos believes this to be a recurring Requirement, however this may be subject to change.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

An extension Option of 24 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The relative complexity of the bidding requirement and the need for a longer term to attract a viable number of tenderers.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2019/S 071-167196

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

5 May 2021

Local time

12:00pm

Changed to:

Date

16 June 2021

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

5 May 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department.

The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it is inviting tenders for its supply and delivery of UK Deployable Food.

Leidos Supply Ltd, a wholly owned subsidiary of Leidos Europe Ltd, is undertaking this procurement as a subcontractor to Leidos Europe Ltd to meet a requirement of the UK Ministry of Defence pursuant to the Logistics Commodities and Services Transformation Delivery Partner Contract (LCS(T)/0001 dated 16 April 2015) between Leidos Europe Ltd and the UK Ministry of Defence.

Please note all information provided to organisations or individuals that respond to this notice should be treated as Confidential, and not shared further without express written permission from Leidos Supply Ltd.

six.4) Procedures for review

six.4.1) Review body

Leidos Supply Ltd

8 Monarch Court

Bristol

BS16 7FH

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

UK has no body responsible for appeals or mediation procedures.

Bristol

Country

United Kingdom