Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 233-425209/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
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
Contact points(s):
For the attention of: Hannah Weir
Email: hannah.m.weir@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:
Supply of Parade Wear.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
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:
Duration of the framework agreement in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 5 000 000 and 8 000 000 GBP
II.1.5) Short description of the specific contract:
The Defence Clothing Team, which forms part of Leidos Supply Ltd has a requirement for the provision of Army No.1 Dress and Army No.2 Dress Parade Wear.
II.1.6) Common procurement vocabulary (CPV): 18000000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
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:
It will also be the intention to add RAF and RN Dress Items at the Yr 3 point of the Contract and bidders will be asked to bid for all these Items. The proposed contract length will be for 4 years. Anticipated start date April 2017 or earlier if possible.
Estimated value excluding VAT:
Range: between 5 000 000 and 8 000 000 GBP
II.2.2) Information about options:
Options:no
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:
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/DC/0014
IV.3.2) Previous publication(s) concerning the same contract:
Prior information notice
Notice number in the OJEU:2016/S 165-296790of27.08.2016
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:
27.01.2017 – 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: 120 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders:
Date: 27.1.2017 – 10:01
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
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.
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.
If you have already registered please contact esourcing-support@leidos.com to request to be added to this tender opportunity.
Guidance:
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
Leidos Supply Ltd
1st Floor, Building 8, Monarch Court, Emersons Green
Bristol
Postal code: BS16 7FH
United Kingdom
Body responsible for mediation procedures:
Leidos Supply Ltd
1st Floor, Building 8, Monarch Court, Emersons Green
Bristol
Postal code: BS16 7FH
United Kingdom
VI.4.3) Service from which information about the lodging of appeals may be obtained:
Leidos Supply Ltd
1st Floor, Building 8, Monarch Court, Emersons Green
Bristol
Postal code: BS16 7FH
United Kingdom
VI.5) Date of dispatch of this notice:
01.12.2016