Type of document: Contract Notice
Country: United Kingdom
UK-Bristol: Food, beverages, tobacco and related products.
Section I: Contracting Authority
I.1) Name and addresses
Ministry of Defence, IMOC, Other
Cedar 3C #3351, MOD Abbey Wood, Bristol, BS34 8JH, United Kingdom
Tel. +44 1179183514, Email: DESLD-DFPCommercial@mod.uk
Contact: Martin Neary
Main Address:
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at:
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Defence
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: UK Deployable Food Programmme
Reference Number: Not provided
II.1.2) Main CPV Code:
15000000 – Food, beverages, tobacco and related products.
BA25-4 – Deep-frozen
BA11-2 – Dry
BA04-1 – Fresh
BA33-8 – Chilled
BA24-1 – Frozen
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The United Kingdom (UK) Deployable Food Programme requirement aims to deliver a cost effective, fully optimised, low risk feeding capability to meet the requirements of the British Armed Forces and entitled personnel for all areas within scope, in accordance with the agreed UK, EU and Defence Food Quality Standards.
II.1.5) Estimated total value:
Value excluding VAT: 120,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
55520000 – Catering services.
60000000 – Transport services (excl. Waste transport).
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The United Kingdom (UK) Deployable Food Programme requirement aims to deliver a cost effective, fully optimised, low risk feeding capability to meet the requirements of the British Armed Forces and entitled personnel for all areas within scope, in accordance with the agreed UK, EU and Defence Food Quality Standards. The term of the contract is three years with the possibility of a one year option available at the discretion of the Authority, with the value of the contract likely to be in the range of £80,000,000 to £120,000,000. The Potential Provider shall manage the supply chain to source and deliver fresh, ambient, chilled and frozen food products of approximately 1000 lines to Standing and Temporary Locations in the UK.
Potential providers must have the capability and flexibility to cope with the demands and surge requirements of the British Armed Forces. You can find detailed information about the requirement in the supporting procurement documentation.
Standing Locations: The standing locations are spread geographically, from the Outer Islands of Scotland to the South coast of England, from training areas in Wales to sites in Northern Ireland; delivery to Royal Navy and Royal Fleet Auxiliary vessels are in scope as well. These are permanent sites, that can be civilian as well as Ministry of Defence owned, where UK Armed Forces and entitled personnel are required to be fed from the UK Deployable Food contract; These sites will place orders directly with the Contractor without requiring the approval of the Authority.
Temporary Locations: The Authority may require the Potential Provider to provide food supply to temporary locations. In some cases these will be ‘pop-up shut-down’ sites where a recurring but infrequent exercise location is used for a specific reason.
Procurement will be managed by the MOD and following contract award, the contract will transfer to the management of MOD’s Delivery Partner Team Leidos, through the life of the contract.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 120,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The contract will be for an initial period of three years, with an additional one year option period available to be taken at the sole discretion of the Authority. The value of the optional year is in included within the overall value range as detailed in Section II.2.6.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.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: Yes
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Open
IV.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
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2015/S 247 – 449719
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 13/12/2016 Time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 14/12/2016
Time: 10:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used No
VI.3) Additional Information: The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.
Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: VB3QB8RBD6.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQs) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
VI.4) Procedures for review
VI.4.1) Review body:
Logistics Delivery Operating Centre, Deployable Food Programme
Cedar 3C, #3351, Abbey Wood, Bristol, BS34 8JH, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 25/10/2016
Annex A