Tender

The Supply of Locking Devices

  • LEIDOS SUPPLY, LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-053589

Procurement identifier (OCID): ocds-h6vhtk-0512c1 (view related notices)

Published 3 September 2025, 2:41pm



Scope

Reference

LSL/GS/0131

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 (MoD) (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 General Supplies Team, which forms part of Leidos Supply Ltd. is considering the potential requirement for the supply of Locking Devices on behalf of the UK MoD.

The total estimated value for this Framework Agreement will be between £4,570,000 to £12,000,000 with a total length of 4 Years.

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

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. Anyqueries regarding the tender itself, as opposed to the system, should be directed through Jaggaer's messaging centre.

Total value (estimated)

  • £4,570,000 excluding VAT
  • £5,484,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 28 February 2026 to 27 February 2030
  • 4 years

Main procurement category

Goods

CPV classifications

  • 44500000 - Tools, locks, keys, hinges, fasteners, chain and springs
  • 44521000 - Miscellaneous padlocks and locks
  • 44523000 - Hinges, mountings and fittings
  • 44521210 - Padlocks
  • 44521200 - Padlocks and chains
  • 44521110 - Door locks

Contract locations

  • UK - United Kingdom

Lot 1. Padlocks and Chains

Description

Lot 1 - Padlocks and Chains consists of a range of Locking devices including Padlocks, Chains and Hinges. Some of the items listed may have standards that they need to comply with.

Lot value (estimated)

  • £620,000 excluding VAT
  • £744,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. NSPA Locking Devices

Description

Lot 2 - NSPA Locking Devices lot includes a range of padlocks along with the corresponding spare keys. All items must comply with the specified standards and part numbers provided.

Lot value (estimated)

  • £3,950,000 excluding VAT
  • £4,740,000 including VAT

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Participation

Particular suitability

Lot 1. Padlocks and Chains

Lot 2. NSPA Locking Devices

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

25 September 2025, 11:59pm

Tender submission deadline

1 October 2025, 11:59pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

28 February 2026

Recurring procurement

Publication date of next tender notice (estimated): 31 January 2026


Award criteria

This table displays the award criteria of the lot
Name Description Type
Qualification Stage

Bidders must achieve a PASS mark for all PASS/FAIL questions in order to be deemed compliant in the Qualification stage. Failure of any of the questions may result in a Bidder's Tender not being...

Quality
Technical Stage

Bidders who have successfully passed the Qualification Envelope will progress to the Technical Envelope evaluation. A benchmark score of 60% or higher is required for the weighted questions within the...

Quality
Commercial Stage

The submitted prices of any Bidders whose bids have passed all previous phases will be assessed. Leidos Supply Limited (LSL) intends to award a minimum of one contract for this requirement. However,...

Price

Weighting description

Bidders must achieve a PASS mark for all PASS/FAIL questions in order to be deemed compliant in the Qualification stage. Failure of any of the questions may result in a Bidder's Tender not being evaluated further, past the point of failure.

Bidders who have successfully passed the Qualification Envelope will progress to the Technical Envelope evaluation. A benchmark score of 60% or higher is required for the weighted questions within the Question Set in order to be deemed compliant. Where...


Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

LEIDOS SUPPLY, LIMITED

  • Companies House: 09353172

8 Monarch Court The Brooms

Bristol

BS16 7FH

United Kingdom

Region: UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire

Organisation type: Public authority - central government


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

TVS SUPPLY CHAIN SOLUTIONS LIMITED

Summary of their role in this procurement: Conduct various parts of the evaluation

  • Companies House: 02748952

Logistics House, Buckshaw Avenue

Chorley

PR6 7AJ

United Kingdom

Region: UKD47 - Chorley and West Lancashire


Contact organisation

Contact LEIDOS SUPPLY, LIMITED for any enquiries.