Tender

Supply of Laboratory & Fuels Assurance Equipment Equipment

LEIDOS SUPPLY, LIMITED

This public procurement record has 3 releases in its history.

TenderCancellation

23 Jan 2026 at 11:20

Tender

19 Jun 2025 at 16:58

Planning

29 Apr 2025 at 09:29

Summary of the contracting process

The latest procurement process initiated by LEIDOS SUPPLY, LIMITED pertains to the supply of "Laboratory & Fuels Assurance Equipment", an opportunity within the goods industry. This tender, identified with the title "Supply of Laboratory & Fuels Assurance Equipment Equipment", falls under the main procurement category of laboratory, optical, and precision equipment. Despite reaching the tender stage, the procurement was ultimately cancelled due to no suitable tenders being received under the open procedure. Significant dates included the announcement of the award stage by the end of 2025, and the tender period had closed on 15th July 2025. The procurement method was open, focusing on suppliers able to deliver high-quality equipment throughout the United Kingdom, particularly within regions such as the South West and North West. The buying organisation, LEIDOS SUPPLY, LIMITED, collaborates closely with TVS SUPPLY CHAIN SOLUTIONS LIMITED, the procuring entity that manages various parts of the evaluation process.

This procurement could have offered growth opportunities for businesses specialising in the manufacture and distribution of laboratory and fuel assurance equipment, with a particular emphasis on laboratory glassware, thermometers, and drug detection apparatus. The potential framework agreement value was projected to be between £2,923,000 and £7,310,000 over four years. This would have provided a significant scope for businesses, particularly SMEs, to showcase their products and achieve substantial contracts with the UK Ministry of Defence through Team Leidos, the contracting authority. The open procedure would have been an attractive proposition for companies able to meet stringent quality and delivery criteria, thus facilitating market expansion and potential long-term strategic partnerships. The original planning phase highlighted a keen interest in understanding market innovation and gathering intelligence to inform the future procurement strategy.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Supply of Laboratory & Fuels Assurance Equipment Equipment

Notice 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 (MoD) (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 General Supplies Team Team, which forms part of Leidos Supply Ltd. is considering the potential requirement for the supply of Laboratory & Fuels Assurance Equipment on behalf of the UK MoD. The total estimated value for this Framework Agreement will be between PS2,923,000 and PS7,310,000 with a total length of 4 Years. 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://leidossupply.app.jaggaer.com Bidders will be able to register on the system, and once registered they can express their interest and complete their bid on there. Should Bidders have any queries regarding the system, please contact the support team on the front page of the Jaggaer website, where it says 'Need assistance?', for help. Anyqueries regarding the tender itself, as opposed to the system, should be directed through Jaggaer's messaging centre.

Lot Information

Laboratory Equipment

The Supply of laboratory equipment

Fuel Assurance

The Supply of Fuel Assurance Equipment

Planning Information

To request the PMEN documents please contact: Name and Email address: Emily Graham - emily.graham@uk.leidos.com Jaye McGowan - Jaye.McGowan@tvsscs.com Request the documents related to the 'Supply of Laboratory and Fuel Assurance Equipment'. The documents will then be sent for completion and should be returned to the same email addresses before the deadline. Responses are required as soon as possible to inform next steps, but the PMEN will remain open until 22/05/2025.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0508dd
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/006105-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK12 - Procurement Termination Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products

38 - Laboratory, optical and precision equipments (excl. glasses)


CPV Codes

33793000 - Laboratory glassware

38000000 - Laboratory, optical and precision equipments (excl. glasses)

38412000 - Thermometers

38544000 - Drug detection apparatus

Notice Value(s)

Tender Value
£7,307,000 £1M-£10M
Lots Value
£7,307,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Jan 20261 months ago
Submission Deadline
15 Jul 2025Expired
Future Notice Date
26 May 2025Expired
Award Date
Not specified
Contract Period
5 Jan 2026 - 18 Jan 2030 4-5 years
Recurrence
2029-07-18

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Cancelled
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LEIDOS SUPPLY, LIMITED
Additional Buyers

MISSING

TVS SUPPLY CHAIN SOLUTIONS LIMITED

Contact Name
Emily Graham
Contact Email
emily.graham@uk.leidos.com, uk.enquiry@tvsscs.com
Contact Phone
Not specified

Buyer Location

Locality
BRISTOL
Postcode
BS16 7FH
Post Town
Bristol
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD4 Lancashire
Small Region (ITL 3)
TLD47 Chorley and West Lancashire
Delivery Location
Not specified

Local Authority
Chorley
Electoral Ward
Chorley North & Astley
Westminster Constituency
Chorley

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0508dd-2026-01-23T11:20:51Z",
    "date": "2026-01-23T11:20:51Z",
    "ocid": "ocds-h6vhtk-0508dd",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-09353172",
            "name": "LEIDOS SUPPLY, LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "09353172"
            },
            "address": {
                "streetAddress": "8 Monarch Court The Brooms",
                "locality": "Bristol",
                "postalCode": "BS16 7FH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKK12"
            },
            "contactPoint": {
                "name": "Emily Graham",
                "email": "Emily.Graham@UK.Leidos.com"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.leidos-supply.uk/",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-02748952",
            "name": "TVS SUPPLY CHAIN SOLUTIONS LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "02748952"
            },
            "address": {
                "streetAddress": "Logistics House, Buckshaw Avenue",
                "locality": "Chorley",
                "postalCode": "PR6 7AJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD47"
            },
            "contactPoint": {
                "email": "uk.enquiry@tvsscs.com"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Conduct various parts of the evaluation",
            "details": {
                "url": "https://www.tvsscs.com/"
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-09353172",
        "name": "LEIDOS SUPPLY, LIMITED"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "To request the PMEN documents please contact: Name and Email address: Emily Graham - emily.graham@uk.leidos.com Jaye McGowan - Jaye.McGowan@tvsscs.com Request the documents related to the 'Supply of Laboratory and Fuel Assurance Equipment'. The documents will then be sent for completion and should be returned to the same email addresses before the deadline. Responses are required as soon as possible to inform next steps, but the PMEN will remain open until 22/05/2025.",
                "dueDate": "2025-05-22T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "017509-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/017509-2025",
                "datePublished": "2025-04-29T10:29:02+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "LSL/GS/0125",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Supply of Laboratory & Fuels Assurance Equipment Equipment",
        "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 (MoD) (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 General Supplies Team Team, which forms part of Leidos Supply Ltd. is considering the potential requirement for the supply of Laboratory & Fuels Assurance Equipment on behalf of the UK MoD. The total estimated value for this Framework Agreement will be between PS2,923,000 and PS7,310,000 with a total length of 4 Years. 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://leidossupply.app.jaggaer.com Bidders will be able to register on the system, and once registered they can express their interest and complete their bid on there. Should Bidders have any queries regarding the system, please contact the support team on the front page of the Jaggaer website, where it says 'Need assistance?', for help. Anyqueries regarding the tender itself, as opposed to the system, should be directed through Jaggaer's messaging centre.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33793000",
                        "description": "Laboratory glassware"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38412000",
                        "description": "Thermometers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38544000",
                        "description": "Drug detection apparatus"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38000000",
                        "description": "Laboratory, optical and precision equipments (excl. glasses)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "33793000",
                        "description": "Laboratory glassware"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38412000",
                        "description": "Thermometers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38544000",
                        "description": "Drug detection apparatus"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 8768000,
            "amount": 7307000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-05T00:00:00+00:00",
                    "endDate": "2030-01-18T23:59:59+00:00"
                },
                "status": "complete",
                "title": "Laboratory Equipment",
                "description": "The Supply of laboratory equipment",
                "value": {
                    "amountGross": 2192000,
                    "amount": 1827000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Bidders must achieve a PASS mark for all PASS/FAIL questions in order to be deemed compliant in the Qualification stage. Failure of any of the questions may result in a Bidder's Tender not being evaluated further, past the point of failure. Bidders who have successfully passed the Qualification Envelope will progress to the Technical Envelope evaluation. A benchmark score of 60% or higher is required for the weighted questions within the Question Set in order to be deemed compliant. Where applicable consensus of evaluators will be held, in order to establish an agreed score for responses. The submitted prices of any Bidders whose bids have passed all the previous phases will be assessed.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Qualification Stage",
                            "description": "Bidders must achieve a PASS mark for all PASS/FAIL questions in order to be deemed compliant in the Qualification stage. Failure of any of the questions may result in a Bidder's Tender not being evaluated further, past the point of failure."
                        },
                        {
                            "type": "quality",
                            "name": "Technical Stage",
                            "description": "Bidders who have successfully passed the Qualification Envelope will progress to the Technical Envelope evaluation. A benchmark score of 60% or higher is required for the weighted questions within the Question Set in order to be deemed compliant. Where applicable consensus of evaluators will be held, in order to establish an agreed score for responses. Failure of any of the questions may result in a Bidder's Tender not being evaluated further, past the point of failure."
                        },
                        {
                            "type": "price",
                            "name": "Commercial Stage",
                            "description": "The submitted prices of any Bidders whose bids have passed all the previous phases will be assessed. Team Leidos will use Most Advantageous Tender (MAT)/Lowest Price [Compliant Bid] methodology: Total Tender Value = Lowest Price Compliant Bid per Lot, based on the Firm pricing submitted for Year 1 of the Agreement. Leidos Supply Limited (LSL) intends to award a minimum of one contract for this requirement."
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Fuel Assurance",
                "description": "The Supply of Fuel Assurance Equipment",
                "status": "complete",
                "value": {
                    "amountGross": 6576000,
                    "amount": 5480000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Bidders must achieve a PASS mark for all PASS/FAIL questions in order to be deemed compliant in the Qualification stage. Failure of any of the questions may result in a Bidder's Tender not being evaluated further, past the point of failure. Bidders who have successfully passed the Qualification Envelope will progress to the Technical Envelope evaluation. A benchmark score of 60% or higher is required for the weighted questions within the Question Set in order to be deemed compliant. Where applicable consensus of evaluators will be held, in order to establish an agreed score for responses. The submitted prices of any Bidders whose bids have passed all the previous phases will be assessed.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Qualification Stage",
                            "description": "Bidders must achieve a PASS mark for all PASS/FAIL questions in order to be deemed compliant in the Qualification stage. Failure of any of the questions may result in a Bidder's Tender not being evaluated further, past the point of failure."
                        },
                        {
                            "type": "quality",
                            "name": "Technical Stage",
                            "description": "Bidders who have successfully passed the Qualification Envelope will progress to the Technical Envelope evaluation. A benchmark score of 60% or higher is required for the weighted questions within the Question Set in order to be deemed compliant. Where applicable consensus of evaluators will be held, in order to establish an agreed score for responses. Failure of any of the questions may result in a Bidder's Tender not being evaluated further, past the point of failure."
                        },
                        {
                            "type": "price",
                            "name": "Commercial Stage",
                            "description": "The submitted prices of any Bidders whose bids have passed all the previous phases will be assessed. Team Leidos will use Most Advantageous Tender (MAT)/Lowest Price [Compliant Bid] methodology: Total Tender Value = Lowest Price Compliant Bid per Lot, based on the Firm pricing submitted for Year 1 of the Agreement. Leidos Supply Limited (LSL) intends to award a minimum of one contract for this requirement."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-05T00:00:00+00:00",
                    "endDate": "2030-01-18T23:59:59+00:00"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-05-26T23:59:59+01:00"
        },
        "status": "complete",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA",
            "CPTPP"
        ],
        "submissionMethodDetails": "https://leidos-supply.app.jaggaer.com/esop/guest/go/opportunity/detail?opportunityId=59986",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-07-15T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-07-08T17:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-01-05T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "033866-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/033866-2025",
                "datePublished": "2025-06-19T17:58:46+01:00",
                "format": "text/html"
            },
            {
                "id": "006105-2026",
                "documentType": "tenderCancellationNotice",
                "noticeType": "UK12",
                "description": "Procurement termination notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/006105-2026",
                "datePublished": "2026-01-23T11:20:51Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2029-07-18T23:59:59+01:00"
                }
            ]
        }
    },
    "language": "en",
    "awards": [
        {
            "id": "1",
            "status": "cancelled",
            "statusDetails": "No suitable tenders received under the open procedure",
            "finalStatusDate": "2025-12-23T00:00:00+00:00",
            "relatedLots": [
                "1",
                "2"
            ]
        }
    ]
}