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