Section one: Contracting authority
one.1) Name and addresses
Leidos Supply
Monarch Court, 8 The Brooms, Emersons Green
Bristol
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