web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Bristol: Clothing, footwear, luggage articles and accessories

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 059-110753/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Mixed global and partial bid

Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Leidos Supply Ltd
8 Monarch Court, The Brooms, Emersons Green
Bristol
Postal code: BS16 7FH
United Kingdom
Contact points(s):
For the attention of: Natasha Mariole
Email: Natasha.Mariole@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 Defence Clothing Team, which forms part of Leidos Supply Ltd is considering the potential requirement for the Supply of Indoor and Outdoor Training Shoes.
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: DFC Donnington (this may be subject to change).
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 3 800 000 and 4 500 000 GBP
II.1.5) Short description of the specific contract:
The Supply of Indoor and Outdoor Training Shoes
New OJEU Form Compliance (PCR 2015 | Directive 2014/24/EU of the European Parliament and of the Council):
IV.1.1 Type of Procedure:
Competitive,
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations.
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: Yes. Tenders may be submitted for one or more lots
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:
The Supply of Indoor and Outdoor Training Shoes.
Estimated value excluding VAT:
Range: between 3 800 000 and 4 500 000 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:

Information about lots
Lot No: 1; Lot title: The Supply of Indoor Training Shoes
1) Short description: The supply of indoor training shoes.Additional information can be found in the ITT documentation.
2) Common procurement vocabulary (CPV): 18000000
3) Quantity or scope:

Estimated value excluding VAT: 0GBP
4) Indication about different date for duration of contract or starting/completion:
Duration in months: 12 (from the award of the contract)
5) Additional information about lots:
New OJEU Form Compliance (PCR 2015 | Directive 2014/24/EU of the European Parliament and of the Council):II.1.6 Information about lots[REMOVE IF WITH LOTS]This contract is divided into lots: NoJustification: [ENTER REASON][REMOVE IF NO LOTS]Maximum number of lots that may be awarded to one tender: [ENTER NUMBER]The contracting authority reserves the right to award contracts combining the following lots or groups of lots: [ENTER DETAILS OR REMOVE THIS THIRD LINE IF NOT USED]II.2.9 Information about the limits on the number of candidates to be invited (except in open procedures)Envisaged number of candidates: [ENTER NUMBER]or Envisaged minimum number: 5 / Maximum number: 5Objective criteria for choosing the limited number of candidates: [ENTER CRITERIA]II.2.12 Information about electronic cataloguesTenders must be presented in the form of electronic catalogues or include an electronic catalogue: [Yes/No].
Lot No: 2; Lot title: The Supply of Outdoor Training shoes
1) Short description: The Supply of Outdoor Training shoes.Additional information about this lot can be found in the ITT documents.
2) Common procurement vocabulary (CPV): 18822000
3) Quantity or scope:

4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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: Suitability to pursue professional activity:
Information relating to the evaluation process can be seen in the ITT 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.
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/0029
IV.3.2) Previous publication(s) concerning the same contract:
Prior information notice
Notice number in the OJEU:2016/S 247-452375of22.12.2016
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Time limit for receipt of requests for documents or for accessing documents:19.05.2017 – 00:00
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
25.05.2017 – 00:00
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:
IV.3.8) Conditions for opening of tenders:
Date: 26.5.2017 – 14:00

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
New OJEU Form Compliance (PCR 2015 | Directive 2014/24/EU of the European Parliament and of the Council):
Section I: Contracting Authority
I.2 Joint Procurement
The contract involves joint procurement: No
The contract is awarded by a central purchasing body: Yes
I.3 Communication
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.
Section III: Legal, economic, financial and technical information
III.1 Conditions for participation
III.1.5 The contract is reserved to economic operators at the social and professional integration of disabled or disadvantaged persons.
III.2 Conditions related to the contract
III.2.1 Information about a particular profession (only for service contracts)
Execution of the service is reserved to a particular profession: [Yes/No] III.2.2 Contract performance conditions: [LIST CONDITIONS] 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/No] Section IV: Procedure
IV.1.3 Information about a framework agreement or dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system, which might be used by additional purchasers.
IV.3 Administrative information
IV.3.1 File reference number attributed by the contracting authority: LSL/DC/0000
Section VI: Complementary Information
VI.2 Information about electronic workflows
Electronic ordering will be used: [Yes/No] Electronic invoicing will be accepted: [Yes/No] Electronic payment will be used: [Yes/No] VI.4 Procedures for review
VI.4.3 Review procedure
Precise information on deadline(s) for review procedures: [PROVIDE INFORMATION] VI.5 Date of dispatch of this notice: [INSERT DATE] Additional Information: [PROVIDE INFORMATION].
I.1) Name, addresses and contact point(s):
New OJEU Form Compliance (PCR 2015 | Directive 2014/24/EU of the European Parliament and of the Council): I.3 Communication The procurement documents are available for unrestricted and full direct access, free of charge, at LSL eSourcing () Tenders or requests to participate must be submitted electronically via the above LSL eSourcing URL. When logged in the above URL, locate the following procurement documents: 1. Supplier Suitability Questionnaire = LSL/DC/0000/SSQ 2. Invitation to Tender = LSL/DC/0000/ITT 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. 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-support@leidos.com 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
Building 8, Monarch Court, Emersons Green
Bristol
Postal code: BS16 7FH
United Kingdom
Body responsible for mediation procedures:
Leidos Supply Ltd
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
Building 8 Monarch Court, Emersons Green
Bristol
Postal code: BS16 7FH
United Kingdom
VI.5) Date of dispatch of this notice:
23.03.2017