Tender

The Supply of Fluorsocopy and Mobile Radiography Systems

  • Leidos Supply Limited

F02: Contract notice

Notice identifier: 2021/S 000-013695

Procurement identifier (OCID): ocds-h6vhtk-02bcf2

Published 16 June 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Leidos Supply Limited

8 Monarch Court, The Brooms, Emerson Green

Bristol

Email

Ryan.Hall@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

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Tenders or requests to participate must be submitted to the above-mentioned address

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 Fluorsocopy and Mobile Radiography Systems

Reference number

LSL/MED/0096

two.1.2) Main CPV code

  • 33111000 - X-ray devices

two.1.3) Type of contract

Supplies

two.1.4) Short description

Team Leidos would like to make interested suppliers aware that it intends to tender for the supply of

Fluorsocopy and Mobile Radiography Systems. The resultant framework agreement would be for an estimated quantity of

5 MOBILE DIGITAL RADIOGRAPHY SYSTEMS and 4 C-ARM FLUOROSCOPY SYSTEMS and be 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.

The Contract will have an initial term of 48 months.

For the full 48 month term the anticipated value will be circa £1,000,000 - £2,000,000. 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.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Lot No

1

two.2.2) Additional CPV code(s)

  • 33111000 - X-ray devices

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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’).

Team Leidos would like to make interested suppliers aware that it intends to tender for the supply of

Fluorsocopy and Mobile Radiography Systems. The resultant framework agreement would be for an estimated quantity of

5 MOBILE DIGITAL RADIOGRAPHY SYSTEMS and be 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.

The Contract will have an initial term of 48 months.

For the full 48 month term the anticipated value will be circa £500,000 - £1,000,000. 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.

Bid Submissions must be made via the LSL eSourcing Platform “Jaggaer One”

Leidos uses an eSourcing application based on the Jaggaer One platform as the way of working with our

suppliers. Suppliers must register on the platform https://LSL-supply.app.jaggaer.com/ in order to request

participation in any of our Tender opportunities. Once registered, suppliers will have full, free of charge

access to the Instructions to Bidders, which includes full information of the awarding criteria. All Bid

Submissions for opportunities raised within the LSL eSourcing solution must be made via the application. Any

clarification questions relating to the content of the ITT must be submitted in English through the LSL

eSourcing messaging centre.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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

two.2) Description

two.2.1) Title

Lot No

2

two.2.2) Additional CPV code(s)

  • 33111000 - X-ray devices

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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’).

Team Leidos would like to make interested suppliers aware that it intends to tender for the supply of

Fluorsocopy and Mobile Radiography Systems. The resultant framework agreement would be for an estimated quantity of

4 C-ARM FLUOROSCOPY SYSTEMS and be 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.

The Contract will have an initial term of 48 months.

For the full 48 month term the anticipated value will be circa £500,000 - £1,000,000. 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.

Bid Submissions must be made via the LSL eSourcing Platform “Jaggaer One”

Leidos uses an eSourcing application based on the Jaggaer One platform as the way of working with our

suppliers. Suppliers must register on the platform https://LSL-supply.app.jaggaer.com/ in order to request

participation in any of our Tender opportunities. Once registered, suppliers will have full, free of charge

access to the Instructions to Bidders, which includes full information of the awarding criteria. All Bid

Submissions for opportunities raised within the LSL eSourcing solution must be made via the application. Any

clarification questions relating to the content of the ITT must be submitted in English through the LSL

eSourcing messaging centre.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

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.1.2) 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

16 July 2021

Local time

4:00pm

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

16 July 2021

Local time

4:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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