Section one: Contracting authority
one.1) Name and addresses
Leidos Supply Limited
8 Monarch Court, The Brooms, Emerson Green
Bristol
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
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