Prior Information Notice for Supply of Operational Ration Packs (ORP)
Leidos Supply Ltd is inviting market interest for the future supply of ORP for the UK Ministry of Defence
United Kingdom-Bristol: Operational Ration Packs
Prior Information Notice (PIN)
Supply Contract
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Leidos Supply Ltd
Building 8, Monarch Court, Emersons Green
For the attention of: Mr C Robbins or Mr S Gibbon
BS16 7FH Bristol
UNITED KINGDOM
Telephone: +44 117 332 8738 or +44 117 332 8764
E-mail: colin.robbins@leidos.com or stuart.gibbon@leidos.com
Further information can be obtained from: The above mentioned contact point(s)
I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Defence
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II.B: Object of the contract (Supplies or services)
II.1)Title attributed to the contract by the contracting authority:
Supply of Operational Ration Packs
II.2)Type of contract and place of delivery or of performance
Supplies
NUTS code UK
II.3)Information on framework agreement
II.4)Short description of nature and quantity or value of supplies or services:
The Defence Food Service Team (DFS), which forms part of Commodity Support Services (CSS), is considering a potential requirement for the provision of a range of Operational Ration Packs (ORP). The ORP is for consumption by the UK Ministry of Defence. The ration range currently includes, but is not limited to, the following individual ration types:
- 24-hour Individual General Purpose ration with a Vegetarian and a range of Ethnic options, including a range of menu variants
- 10-Man Group Feeding ration, including a range of menu variants
- 24-hour Enhanced ration, including a range of menu variants
- 24-hour Cold Climate (dehydrated) ration, including a range of menu variants
- A Single Meal ration, including a range of menu variants
- A range of emergency and survival rations for aircraft, ships and submarines.
All rations contain ambient stable components and will normally be stored and distributed in ambient temperatures in a temperate climate. However for operational purposes ORP may be stored and distributed at lower and higher temperatures and humidity for part of its shelf life. The products and packaging must therefore account for this possibility to maintain the food in a wholesome condition.
All rations comply with the Armed Services Food Specifications (ASFS) and the Cardinal Point Specification (CPS) and demonstrate compliance with Food Safety, Legality and Quality in accordance with EU/UK legislation.
The main Operational Ration Pack is the 24-hour individual General Purpose ration, which typically consist of main meal pouches (breakfast, lunch and dinner), drinks, puddings, soups/sauces, sweets, chocolate bars, fruit/cereal bars, nuts, chewing gum, teabags, coffee sachets, whiteners, sugar, water sterilisation tablets, wet wipes, tissues, windproof/waterproof matches and eating utensils. They are packed in inner fibreboard cartons or polythene bags and supplied in an outer carton. The cartons are delivered on NATO Standard Four-Way Pallets to the designated storage facility.
The current annual consumption volume is circa 1.5M individual General Purpose rations. Presently all ration packs must have a minimum remaining product shelf life of 24 months (2 years) from the date of delivery into the designated storage facility and this minimum shelf life is not anticipated to change under this requirement.
The Enhanced and Single Meal rations currently include a Flameless Ration Heater. The remaining emergency and survival rations include products such as water pouches and high calorific energy bars. The food product composition and ration pack content and configuration shall form part of any tender process. All rations must meet agreed nutritional criteria including specific calorific values. The food components shall be subjected to organoleptic assessment, testing and analysis to demonstrate compliance with the requirements of the ASFS and CPS. Packaging of food components must comply with specified criteria relating to seal integrity, through objective leakage and burst tests. It is anticipated that the contract duration will be up to 7 years, commencing in May 2017 and expiring no later than September 2024.
II.5)Common procurement vocabulary (CPV)
Sourcing suppliers:
799 940 00-8 - Contract administration services
Product suppliers:
150 000 00-8 - Food, beverages, tobacco and related products
158 810 00-7 - Homogenised food preparations
158 900 00-3 - Miscellaneous food products and dried goods
158 940 00-1 - Processed food products
158 942 00-3 - Prepared meals
158 970 00-2 - Canned goods and field rations
158 971 00-3 - Field rations
189 370 00-6 - Goods: packing sacks
189 371 00-7 - Goods: packing bags
229 934 00-1 - Corrugated paper or paperboard
392 221 00-5 - Disposable catering supplies
Packing, storage and distribution:
600 000 00-8 - Transport services (excl. waste transport)
631 200 00-6 - Storage and warehousing services
799 200 00-9 - Packing and related services
799 210 00-6 - Packing services
Food testing:
716 000 00-4 - Technical testing, analysis and consultancy services
907 213 00-0 - Food or feed contamination protection services
II.6)Scheduled date for start of award procedures
01.07.2016
II.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): Yes.
II.8)Additional information:
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment shall be made using the SAGE system employed by Leidos.
III.2)Conditions for participation
III.2.1)Information about reserved contracts
Section VI: Complementary information
VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional information:
The Government has introduced a new Government Security Classifications Policy (GSC). A key aspect of this is the reduction in the number of security classifications previously used. All suppliers to the Department 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.
https://www.gov.uk/government/publications/government-security-classifications
Leidos 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 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.
GO Reference: VI.3)Information on general regulatory framework
VI.4)Date of dispatch of this notice: 23 December 2015