Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

The Supply of Overseas Deployable Food

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-040e12
Published by:
Leidos Supply Limited
Authority ID:
AA80786
Publication date:
12 March 2025
Deadline date:
18 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 (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 Food team, which forms part of Leidos Supply Ltd. would like to make interested suppliers aware of our requirement for Overseas Deployable Food (ODF) on behalf of the UK Ministry of Defence (MOD). This requirement aims to deliver a cost effective, secure food supply to the British Armed Forces and entitled personnel serving in overseas areas either in permanent or non-permanent locations. This requirement will cover (but will not be limited to) the sourcing and distribution of Food Products, Non-Food Products and beverages to overseas locations as well as to future overseas operations and/or exercises.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Leidos Supply Limited

8 Monarch Court, The Brooms, Emerson Green

Bristol

UK

E-mail: emile.sharpruddock@leidos.com

NUTS: UK

Internet address(es)

Main address: https://www.leidos-supply.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://leidos-supply.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=59410


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://leidos-supply.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=59410


Tenders or requests to participate must be sent to the abovementioned 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

The Supply of Overseas Deployable Food

Reference number: LSL/FOOD/0016

II.1.2) Main CPV code

15000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short 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 (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 Food team, which forms part of Leidos Supply Ltd. would like to make interested suppliers aware of our requirement for Overseas Deployable Food (ODF) on behalf of the UK Ministry of Defence (MOD). This requirement aims to deliver a cost effective, secure food supply to the British Armed Forces and entitled personnel serving in overseas areas either in permanent or non-permanent locations. This requirement will cover (but will not be limited to) the sourcing and distribution of Food Products, Non-Food Products and beverages to overseas locations as well as to future overseas operations and/or exercises.

II.1.5) Estimated total value

Value excluding VAT: 250 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

15000000

15100000

15300000

15500000

15600000

15800000

15897000

39310000

60000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The total estimated value for this Framework Agreement will be between £100,000,000 and £250,000,000. The Agreement will have an initial term of sixty [60] months, with an option to extend incrementally by up to twenty-four [24] months. The maximum Agreement term (including any extensions) will be up to eighty-four [84] months.

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/esop/guest/go/opportunity/detail?opportunityId=59410

Supply of food commodities/services will be to both permanent and non-permanent overseas operations and exercise overseas locations specified by the MOD. An example of these locations include, but are not limited to: British Forces South Atlantic Islands, Kenya, Nepal, Germany, Norway, USA, Belize, Jordan and Oman. Supply requirements to overseas operations and exercises may potentially involve deliveries to hostile and remote locations.

Potential providers must have the capability and flexibility to establish and manage supply chains for food on a global basis to cope with the demands and surge requirements of the British Armed Forces.

The potential provider shall manage the supply chain to source and deliver fresh, ambient, chilled and frozen food products, as well as catering non-food products, to each permanent and non-permanent location (No. lines may vary depending on location and scope but ~400 lines per location). Representative examples of the typical types and range of products are as follows:

Chilled Food Products:

Dairy and Eggs (i.e. yoghurt, cheddar cheese etc.), Fresh fruit, vegetables, herbs and salad items (i.e. cauliflower, cucumber, onions, leeks, fresh herbs, broccoli and potatoes) etc.

Ambient Food Products:

Inc. Bakery products (i.e. caster sugar, cocoa powder etc.), Dairy/Eggs (i.e. condensed milk), Hot and Cold Beverages (i.e. Orange Juice, Tea etc.), Canned Fruit and Veg (i.e. Peeled Plum Tomatoes, Sweetcorn etc.), Cereals, Pasta and Rice, Condiments and Sauces, Dried Fruit and Veg, Confectionary/Snack items, Herbs and Spices etc.

Frozen Food Products:

Inc. Meat (i.e. Beefburgers, Pork Chops etc.), Seafood (i.e. Haddock Fillets), Dairy and Eggs (i.e. butter, margarine etc.), prepared items (i.e. Beef Meatballs, Diced Quorn etc.), Bakery (i.e. puff pastry, Tortillas etc.), Fruit and Veg (i.e. frozen fruits etc.), Inflight Meals.

Non-Food Products:

Aluminium foil, cling film, biodegradable cutlery, food handling and cleaning products etc.

Logistics:

Storage and transportation of food and non-food products worldwide to serve specified MOD permanent and non-permanent overseas locations.

Temporary hire of static frozen, chilled and dry reefer containers with associated power generators and distribution boards and container lifting equipment for non-permanent overseas locations specified by the MOD

This is a Restricted Procedure Tender Process, therefore potential providers will be able to register their interest on Leidos’ eSourcing Platform (Jaggaer). Once registered, potential providers will be able to submit a response to the Stage 1 ‘Pre-Qualification Questionnaire (PQQ)’. Should Bidders have any queries regarding Leidos’ eSourcing Platform, please contact the support team on the front page of the Jaggaer website, where it states 'Need assistance?', for help. Any queries regarding the Tender process itself, as opposed to the eSourcing Platform, should be directed through Jaggaer's messaging centre.

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: 250 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 84

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: Yes

Description of options:

The Agreement will have an initial term of sixty [60] months with an option to extend incrementally by up to twenty-four [24] months. The maximum Agreement term (including any extensions) will be up to eighty-four [84] months.

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


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

IV.1.8) Information about 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:

2023/S 000-031153

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 18/03/2025

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 23/04/2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

In April 2015 the MOD signed a thirteen year contract with Leidos Europe Ltd to provide the procurement and inventory management of commodity items (as well as the storage and distribution services) historically provided in-house by the Logistic Commodities and Services Operating Centre. Leidos, working with the MOD, will transform the way these services are delivered to ensure requirements continue to be met whilst providing best value for money for the department. The organisation delivering these services is known as Team Leidos. Team Leidos would like to make interested suppliers aware that it is inviting tenders for its supply and delivery of Overseas Deployable Food. Leidos Supply Ltd is a wholly owned subsidiary of Leidos Europe Ltd, is undertaking this procurement 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 dated16.4.2015) between Leidos Europe Ltd and the UK Ministry of Defence.

Please note all information provided to organisations or individuals that respond to this notice should be treated as Confidential, and not shared further without express written permission from Leidos Supply Ltd.

VI.4) Procedures for review

VI.4.1) Review body

Leidos Supply Limited

Bristol

UK

VI.5) Date of dispatch of this notice

12/02/2025

Coding

Commodity categories

ID Title Parent category
15100000 Animal products, meat and meat products Food, beverages, tobacco and related products
15897000 Canned goods and field rations Miscellaneous food products and dried goods
39310000 Catering equipment Miscellaneous equipment
15500000 Dairy products Food, beverages, tobacco and related products
15000000 Food, beverages, tobacco and related products Agriculture and Food
15300000 Fruit, vegetables and related products Food, beverages, tobacco and related products
15600000 Grain mill products, starches and starch products Food, beverages, tobacco and related products
15800000 Miscellaneous food products Food, beverages, tobacco and related products
60000000 Transport services (excl. Waste transport) Transport and Related Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
emile.sharpruddock@leidos.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.