Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

The Supply of Overseas Deployable Food

  • Cyhoeddwyd gyntaf: 12 Mawrth 2025
  • Wedi'i addasu ddiwethaf: 12 Mawrth 2025
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-040e12
Cyhoeddwyd gan:
Leidos Supply Limited
ID Awudurdod:
AA80786
Dyddiad cyhoeddi:
12 Mawrth 2025
Dyddiad Cau:
18 Mawrth 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Leidos Supply Limited

8 Monarch Court, The Brooms, Emerson Green

Bristol

UK

E-bost: emile.sharpruddock@leidos.com

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.leidos-supply.uk/

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

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


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

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


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Amddiffyn

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

The Supply of Overseas Deployable Food

Cyfeirnod: LSL/FOOD/0016

II.1.2) Prif god CPV

15000000

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

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) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 250 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

15000000

15100000

15300000

15500000

15600000

15800000

15897000

39310000

60000000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

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) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 250 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 84

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2023/S 000-031153

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 18/03/2025

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 23/04/2025

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 12  (o’r dyddiad a nodwyd i dendr ddod i law)

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

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) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Leidos Supply Limited

Bristol

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

12/02/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
15000000 Bwyd, diodydd, tybaco a chynhyrchion cysylltiedig Amaethyddiaeth a Bwyd
39310000 Cyfarpar arlwyo Cyfarpar amrywiol
15100000 Cynhyrchion anifeiliaid, cig a chynhyrchion cig Bwyd, diodydd, tybaco a chynhyrchion cysylltiedig
15800000 Cynhyrchion bwyd amrywiol Bwyd, diodydd, tybaco a chynhyrchion cysylltiedig
15500000 Cynhyrchion llaeth Bwyd, diodydd, tybaco a chynhyrchion cysylltiedig
15600000 Cynhyrchion melin rawn, startshys a chynhyrchion startsh Bwyd, diodydd, tybaco a chynhyrchion cysylltiedig
15300000 Ffrwythau, llysiau a chynhyrchion cysylltiedig Bwyd, diodydd, tybaco a chynhyrchion cysylltiedig
60000000 Gwasanaethau cludo (heblaw cludo gwastraff) Trafnidiaeth a Gwasanaethau Cysylltiedig
15897000 Nwyddau tun a dognau maes Cynhyrchion bwyd a nwyddau sych amrywiol

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
emile.sharpruddock@leidos.com
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.