Section one: Contracting authority
one.1) Name and addresses
Leidos Supply Limited
8 Monarch Court, The Brooms, Emerson Green
Bristol
aleksandra.zebrowska@leidos.com
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://leidos-supply.app.jaggaer.com
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Supply of Wheeled Ultrasound
Reference number
LSL/MED/0128
two.1.2) Main CPV code
- 33100000 - Medical equipments
two.1.3) Type of contract
Supplies
two.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 EU Public Procurement Regulations and respective advertising action.
two.1.5) Estimated total value
Value excluding VAT: £700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Team Leidos would like to make interested suppliers aware of the requirement for a lightweight-wheeled cart system that will integrate with imaging solutions and deployed PACS system. Each system must have compatibility and seamless electronic connectivity to a viewing platform and long-term image archive.
The resultant framework agreement would be for an initial estimated 4 units and awarded for a period of up to 4 years. Leidos reserves the right to order more than the estimated quantity over the life of the agreement.
The requirement also includes spare parts, training and servicing as required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £460,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
27 June 2022
End date
26 June 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Team Leidos would like to make interested suppliers aware of the requirement for a lightweight-wheeled cart system that will integrate with imaging solutions and deployed PACS system. Each system must have compatibility and seamless electronic connectivity to a viewing platform and long-term image archive.
The resultant framework agreement would be for an initial estimated 4 units and awarded for a period of up to 4 years. Leidos reserves the right to order more than the estimated quantity over the life of the agreement.
The requirement also includes spare parts, training and servicing as required.
For the full 48 month term the anticipated value will be circa £400,000 to £700,000. These values are approximate only and are based on the most recent historical usage information, with a forecasted level of growth. The volumes provided are for guidance only and are not a guarantee of business
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 June 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 June 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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 Wheeled Ultrasound. 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.
six.4) Procedures for review
six.4.1) Review body
Leidos Supply Limited
8 Monarch Court
Bristol
BS167FH
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
UK has no body responsible for appeals or mediation procedures.
N/A
Country
United Kingdom