Tender

The Supply of Overseas Deployable Food

  • Leidos Supply Limited

F02: Contract notice

Notice identifier: 2025/S 000-004821

Procurement identifier (OCID): ocds-h6vhtk-040e12

Published 12 February 2025, 5:40pm



Section one: Contracting authority

one.1) Name and addresses

Leidos Supply Limited

8 Monarch Court, The Brooms, Emerson Green

Bristol

Email

emile.sharpruddock@leidos.com

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.leidos-supply.uk/

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=59410

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=59410

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 Overseas Deployable Food

Reference number

LSL/FOOD/0016

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

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 Food team, which forms part of Leidos Supply Ltd. would like to make interested suppliers aware of our requirement for Overseas Deployable Food (ODF) on behalf of the UK Ministry of Defence (MOD). This requirement aims to deliver a cost effective, secure food supply to the British Armed Forces and entitled personnel serving in overseas areas either in permanent or non-permanent locations. This requirement will cover (but will not be limited to) the sourcing and distribution of Food Products, Non-Food Products and beverages to overseas locations as well as to future overseas operations and/or exercises.

two.1.5) Estimated total value

Value excluding VAT: £250,000,000

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
  • 15100000 - Animal products, meat and meat products
  • 15300000 - Fruit, vegetables and related products
  • 15500000 - Dairy products
  • 15600000 - Grain mill products, starches and starch products
  • 15800000 - Miscellaneous food products
  • 15897000 - Canned goods and field rations
  • 39310000 - Catering equipment
  • 60000000 - Transport services (excl. Waste transport)

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The total estimated value for this Framework Agreement will be between £100,000,000 and £250,000,000. The Agreement will have an initial term of sixty [60] months, with an option to extend incrementally by up to twenty-four [24] months. The maximum Agreement term (including any extensions) will be up to eighty-four [84] months.

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/esop/guest/go/opportunity/detail?opportunityId=59410

Supply of food commodities/services will be to both permanent and non-permanent overseas operations and exercise overseas locations specified by the MOD. An example of these locations include, but are not limited to: British Forces South Atlantic Islands, Kenya, Nepal, Germany, Norway, USA, Belize, Jordan and Oman. Supply requirements to overseas operations and exercises may potentially involve deliveries to hostile and remote locations.

Potential providers must have the capability and flexibility to establish and manage supply chains for food on a global basis to cope with the demands and surge requirements of the British Armed Forces.

The potential provider shall manage the supply chain to source and deliver fresh, ambient, chilled and frozen food products, as well as catering non-food products, to each permanent and non-permanent location (No. lines may vary depending on location and scope but ~400 lines per location). Representative examples of the typical types and range of products are as follows:

Chilled Food Products:

Dairy and Eggs (i.e. yoghurt, cheddar cheese etc.), Fresh fruit, vegetables, herbs and salad items (i.e. cauliflower, cucumber, onions, leeks, fresh herbs, broccoli and potatoes) etc.

Ambient Food Products:

Inc. Bakery products (i.e. caster sugar, cocoa powder etc.), Dairy/Eggs (i.e. condensed milk), Hot and Cold Beverages (i.e. Orange Juice, Tea etc.), Canned Fruit and Veg (i.e. Peeled Plum Tomatoes, Sweetcorn etc.), Cereals, Pasta and Rice, Condiments and Sauces, Dried Fruit and Veg, Confectionary/Snack items, Herbs and Spices etc.

Frozen Food Products:

Inc. Meat (i.e. Beefburgers, Pork Chops etc.), Seafood (i.e. Haddock Fillets), Dairy and Eggs (i.e. butter, margarine etc.), prepared items (i.e. Beef Meatballs, Diced Quorn etc.), Bakery (i.e. puff pastry, Tortillas etc.), Fruit and Veg (i.e. frozen fruits etc.), Inflight Meals.

Non-Food Products:

Aluminium foil, cling film, biodegradable cutlery, food handling and cleaning products etc.

Logistics:

Storage and transportation of food and non-food products worldwide to serve specified MOD permanent and non-permanent overseas locations.

Temporary hire of static frozen, chilled and dry reefer containers with associated power generators and distribution boards and container lifting equipment for non-permanent overseas locations specified by the MOD

This is a Restricted Procedure Tender Process, therefore potential providers will be able to register their interest on Leidos’ eSourcing Platform (Jaggaer). Once registered, potential providers will be able to submit a response to the Stage 1 ‘Pre-Qualification Questionnaire (PQQ)’. Should Bidders have any queries regarding Leidos’ eSourcing Platform, please contact the support team on the front page of the Jaggaer website, where it states 'Need assistance?', for help. Any queries regarding the Tender process itself, as opposed to the eSourcing Platform, 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: £250,000,000

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

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Agreement will have an initial term of sixty [60] months with an option to extend incrementally by up to twenty-four [24] months. The maximum Agreement term (including any extensions) will be up to eighty-four [84] 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 a single operator

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: 2023/S 000-031153

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

Date

18 March 2025

Local time

12:00pm

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

23 April 2025

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: 12 (from the date stated for receipt of tender)


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 Overseas Deployable Food. 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

Bristol

Country

United Kingdom