Tender

The Supply of Combat Footwear

  • Leidos Supply

F02: Contract notice

Notice identifier: 2024/S 000-003900

Procurement identifier (OCID): ocds-h6vhtk-02bff4

Published 6 February 2024, 2:26pm



Section one: Contracting authority

one.1) Name and addresses

Leidos Supply

Monarch Court, 8 The Brooms, Emersons Green

Bristol

Contact

Emile Sharp-Ruddock

Email

emile.sharpruddock@leidos.com

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://leidos-supply.app.jaggaer.com

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=57696

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=57696

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

The Supply of Combat Footwear

Reference number

LSL/DC/0131

two.1.2) Main CPV code

  • 18800000 - Footwear

two.1.3) Type of contract

Supplies

two.1.4) Short 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 (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 requirement is a complex one and the need to conduct a series of lengthy product testing phases during the tender process means that the overall length of the procurement is estimated to be approximately two and half years, from tender publication to contract award. This includes a full user trial which has been allocated a time period of one year.

This in turn means that prospective bidders will need to make a substantial up-front commitment into the manufacturing of samples required for the trial periods. It has been estimated that this could be within the region of £100,000.00 with, for example, the Full User Trial phase alone likely to require the following samples:

1. Boots Combat, High Liability - 100 pairs of each solution

2. Boots Combat, Patrol - 100 pairs of each solution

3. Boots Desert Combat High Liability - 50 pairs of each solution

4. Boots Combat Cold Wet Weather - 50 pairs of each solution

5. Boots Combat Jungle - 50 pairs of each solution

In order not to deter new entrants to the market and in order to allow the prospect of those up-front costs to be recouped during the lifetime of the contract, it is felt, following extensive market engagement, that a longer contract term is needed.

A seven year framework would allow a five year period between contract award and beginning market engagement for the future contract; assuming that all proposed option periods are taken up.

two.1.5) Estimated total value

Value excluding VAT: £70,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Jungle Boots

Lot No

1

two.2.2) Additional CPV code(s)

  • 35812300 - Combat gear

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Defence Clothing team, which forms part of Leidos Supply Ltd. is considering the potential requirement for the supply of Combat Boots on behalf of the UK MOD, consisting of multiple lots

Jungle Combat Boots: Primarily used for patrolling and combat use, although the boots may also be used for more general duties within camp and the office space. The main four categories of jungle are captured in Annex A.1a to ITB specification DCPS 6933. Unisex full sizes 3 to 15, 2 width fittings medium and large. (UK sizes).

Options/solutions for outsizes: Size 16 plus (UK sizes).

The framework length should not exceed 7 years.

The value of this framework is estimated to be between £1,387,000 - £3,470,000 (ex. option years)

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. Any queries regarding the tender itself, as opposed to the system, should be directed through Jaggaer's messaging center.

In addition, please note that as a framework agreement there is no guarantee of business.

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: £3,470,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Any extension is in periods of 12 months each, totaling 36 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

two.2) Description

two.2.1) Title

Cold Wet Weather Boots

Lot No

2

two.2.2) Additional CPV code(s)

  • 18800000 - Footwear

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Defence Clothing team, which forms part of Leidos Supply Ltd. is considering the potential requirement for the supply of Combat Boots on behalf of the UK MOD, consisting of multiple lots, Lot 2

Cold Wet Weather Boot: Primarily for use in cold/wet environments by Tri-Service personnel, captured in Annex A.1b to ITB specification DCPS 6934. Male full sizes 5 to 15, Female full sizes 3 to 9, 2 width fittings medium and large. (UK sizes).

Options/solutions for outsizes: Size 16 plus (UK sizes).

Spacers/footbed: To be provided per pair facilitating optimal fit.

The framework length should not exceed 7 years.

The value of this framework is estimated to be between £13,090,000 - £19,625,000.

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. Any queries regarding the tender itself, as opposed to the system, should be directed through Jaggaer's messaging center.

In addition, please note that as a framework agreement there is no guarantee of business.

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: £19,625,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Any extension is in periods of 12 months each, totaling 36 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

two.2) Description

two.2.1) Title

Patrol Boots

Lot No

3

two.2.2) Additional CPV code(s)

  • 18800000 - Footwear

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Defence Clothing team, which forms part of Leidos Supply Ltd. is considering the potential requirement for the supply of Combat Boots on behalf of the UK MOD, consisting of multiple lots Lot 3

Patrol Boots: Typically worn in and around the barracks, the range and for driving, also public order training, captured in Annex A.1c to ITB specification DCPS 6935. Male full sizes 5 to 15, Female full sizes 3 to 9, 2 width fittings medium and large. (UK sizes).

Options/solutions for outsizes: Size 16 plus (UK sizes).

Spacers/footbed: To be provided per pair facilitating optimal fit.

The framework length should not exceed 7 years.

The value of this framework is estimated to be between £5,362,752 - £10,000,000

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. Any queries regarding the tender itself, as opposed to the system, should be directed through Jaggaer's messaging center.

In addition, please note that as a framework agreement there is no guarantee of business.

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: £10,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Any extension is in periods of 12 months each, totaling 36 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

two.2) Description

two.2.1) Title

Desert High Liability Boots

Lot No

4

two.2.2) Additional CPV code(s)

  • 18800000 - Footwear

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Defence Clothing team, which forms part of Leidos Supply Ltd. is considering the potential requirement for the supply of Combat Boots on behalf of the UK MOD, consisting of multiple lots

High Liability Desert Combat Boots: Issued to Tri-Service personnel this is the designated boot for dis-mounted high intensity close-combat tasks, captured in Annex A.1d to ITB specification DCPS 6936. Male full sizes 5 to 15, Female full sizes 3 to 9, 2 width fittings medium and large. (UK sizes).

Options/solutions for outsizes: Size 16 plus (UK sizes).

Spacers/footbed: To be provided per pair facilitating optimal fit.

The framework length should not exceed 7 years.

The value of this framework is estimated to be between £6,934,000 - £13,000,000.

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. Any queries regarding the tender itself, as opposed to the system, should be directed through Jaggaer's messaging center.

In addition, please note that as a framework agreement there is no guarantee of business.

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: £13,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Any extension is in periods of 12 months each, totaling 36 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

two.2) Description

two.2.1) Title

High Liability Combat Boots

Lot No

5

two.2.2) Additional CPV code(s)

  • 18800000 - Footwear

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Defence Clothing team, which forms part of Leidos Supply Ltd. is considering the potential requirement for the supply of Combat Boots on behalf of the UK MOD, consisting of multiple lots

High Liability Combat Boots: Issued to Tri-Service personnel, primarily for high intensity combat tasks, captured in Annex A.1e to ITB specification DCPS 6937 Male full sizes 5 to 15, Female full sizes 3 to 9, 2 width fittings medium and large. (UK sizes).

Options/solutions for outsizes: Size 16 plus (UK sizes).

Spacers/footbed: To be provided per pair facilitating optimal fit.

The framework length should not exceed 7 years.

The value of this framework is estimated to be between £37,152,000 - £51,100,000

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. Any queries regarding the tender itself, as opposed to the system, should be directed through Jaggaer's messaging center.

In addition, please note that as a framework agreement there is no guarantee of business.

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: £51,100,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Any extension is in periods of 12 months each, totaling 36 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.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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 several operators

Envisaged maximum number of participants to the framework agreement: 8

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

The requirement is a complex one and the need to conduct a series of lengthy product testing phases during the tender process means that the overall length of the procurement is estimated to be approximately two and half years, from tender publication to contract award. This includes a full user trial which has been allocated a time period of one year.

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: 2021/S 000-014465

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

Date

21 March 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

2 April 2024

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 21 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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 Combat Footwear. Leidos Supply Ltd is 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 dated16.4.2015) 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 Limited

8 Monarch Court

Bristol

BS167FH

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

UK has no body responsible for appeals or mediation procedures.

N/A

Country

United Kingdom