Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 171-307100/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Defence Clothing — Leidos Supply Ltd
Postal address: Building 8 Monarch Court, The Brooms, Emersons Green
Town: Bristol
Postal code: BS16 7FH
Country: United Kingdom
Contact Person: Jon Morgan
Telephone: +44 1173328577
Email: DESCommodities-DC-Comrcl-2c1@mod.uk
Nuts code: UKK11
Internet address(es):
Main address:
I.3) Communication
Access to the procurement documents is restricted.Further information can be obtained at::DESCommodities-DC-Comrcl-2c1@mod.uk
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Defence
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply of Occupational Footwear — Military and Civilian Safety Footwear.
Reference number: LSL/DC/0009
II.1.2) Main CPV code: 18800000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Supply of Occupational Footwear — Military and Civilian Safety Footwear.
II.1.5) Estimated total value:
Value excluding VAT: 7200000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:Up to 3 contracts may be awarded.
II.2) Description
II.2.1) Title: Military Safety Footwear
Lot No:1
II.2.2) Additional CPV code(s)
18800000
II.2.3) Place of performance
Nuts code: UKK11
Main site or place of performance:
Bristol, City of.
II.2.4) Description of the procurement:
Estimated quantity and value for 4 years are as follows;
Lot 1 — Military Safety Footwear — 50 400 pairs — 2 800 000 GBP.
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: 2800000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
II.2.1) Title: Civilian Safety Footwear
Lot No:2
II.2.2) Additional CPV code(s)
18800000
II.2.3) Place of performance
Nuts code: UKK11
Main site or place of performance:
Bristol, City of.
II.2.4) Description of the procurement:
Estimated quantity and value for 4 years are as follows;
Lot 2 — Civilian Safety Footwear — 22 900 pairs — 1 000 000 GBP.
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: 1000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
II.2.1) Title: Safety Conductive Footwear
Lot No:3
II.2.2) Additional CPV code(s)
18800000
II.2.3) Place of performance
Nuts code: UKK11
Main site or place of performance:
Bristol, City of.
II.2.4) Description of the procurement:
Estimated quantity and value for 4 years are as follows;
Lot 3 — Safety Conductive Footwear — 70 400 pairs — 3 400 000 GBP.
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: 3400000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
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 operatorIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2015/S 222-404088
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2016-11-10 Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2017-03-31
IV.2.7) Conditions for opening tenders
Date: 2016-11-10 Local time: 11:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Leidos Supply Ltd, a wholly owned subsidiary of Leidos Europe Ltd, is undertaking this procurement as body governed by public law and as 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 dated 16.4.2015) between Leidos Europe Ltd and the UK Ministry of Defence.
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 GO Reference: GO-201691-DCB-8718971.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Defence Clothing — Leidos Supply Ltd
Town: Bristol
Country: United Kingdom
VI.4.2) Body responsible for mediation procedures
Official name: Defence Clothing — Leidos Supply Ltd
Town: Bristol
Country: United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Defence Clothing — Leidos Supply Ltd
Town: Bristol
Country: United Kingdom
VI.5) Date of dispatch of this notice:2016-09-01