CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 205-371736/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 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Leidos Supply Ltd. for UK Ministry of Defence
8 Monarch Court The Brooms Emersons Green
Bristol
Postal code: BS16 7FH
United Kingdom
Email: lousha.heaven@leidos.com
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Body governed by public law
I.3) Main activity: Defence
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
The Supply of Polymers.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: United Kingdom.
Nuts code: UK
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):

II.1.4) Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 2
Duration of the framework agreement in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 100 000 GBP
Frequency and value of the contracts to be awarded: 2 years plus 2 option years.
II.1.5) Short description of the specific contract:
The Supply of Polymers.
II.1.6) Common procurement vocabulary (CPV): 24510000, 19500000, 19710000, 24510000, 24520000, 24530000, 24540000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
Polymer items and associated products. The requirement covers a range of plastics (including but not limited to Polyvinyl, Polyethylene, Polystyrene, Polyvinyl Chloride, Acrylate Resin, Polycarbonate and Polyurethane), and rubbers (including synthetic, natural, high voltage matting, Chloroprene, as well as cork and rubber sheeting).
Estimated value excluding VAT:
1 100 000 GBP
II.2.2) Information about options:
Options:yes
Description of these options:The agreement will be configured as an initial 2 year period plus a 2 option period. The estimated value is based on the estimated total value over 4 years (including the 2 option years).
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion:
Duration in months: 48 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
Selection criteria as stated in the procurement documents.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Selection criteria as stated in the procurement documents.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Selection criteria as stated in the procurement documents.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Criteria as stated in the procurement documents.
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: Selection criteria as stated in the procurement documents.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: Selection criteria as stated in the procurement documents.
Minimum level(s) of standards possibly required: Selection criteria as stated in the procurement documents.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Selection criteria as stated in the procurement documents.
Minimum level(s) of standards possibly required: Selection criteria as stated in the procurement documents.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
LSL/GS/0006/CN
IV.3.2) Previous publication(s) concerning the same contract:
Prior information notice
Notice number in the OJEU:2016/S 158-286047of18.08.2016
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
25.11.2016 – 10:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
In days: 90 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders:

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
The procurement documents area available for unrestricted and full direct access, free of charge, at LSL eSourcing site ().
Tenders or requests to participate must be submitted electronically via the above LSL eSourcing URL.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). Any selection of tenderers, however, 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 a body governed by public law and 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 dated 16.4.2015) between Leidos Europe Ltd and the UK Ministry of Defence.
From 2.4.2014 the Government introduced its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All Potential Commodity Suppliers are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.

Leidos Supply Ltd 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), Leidos Supply Ltd 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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full access to these tools and devices is possible, free of charge, at LSL Supplier Self-Registration site ().
Suppliers need to be registered for LSL eSourcing via the above self-registration link to be able to participate in any procurement activity run by Leidos Supply, Ltd. for the UK Ministry of Defence.
First time supplier registrants will be automatically given access to the above procurement documents once the registration application is approved.
Existing LSL eSourcing registered suppliers should email the contact point on this notice to request the subject procurement documents to be made available on their LSL eSourcing Bids Dashboard.
For help in accessing the procurement documents, contact esourcing@leidos-supply.uk
For online tutorials on how to respond to this contract opportunity, please go to
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
Leidos Supply Ltd
Bristol
United Kingdom
VI.5) Date of dispatch of this notice:
20.10.2016

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking