Section one: Contracting authority
one.1) Name and addresses
Leidos Supply
Monarch Court, 8 The Brooms, Emersons Green
Bristol
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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 and Support of Wheeled Ultrasound
Reference number
LSL/MED/0111
two.1.2) Main CPV code
- 33124120 - Diagnostic ultrasound devices
two.1.3) Type of contract
Supplies
two.1.4) Short description
Team Leidos would like to make interested suppliers aware of the requirement for a lightweight-wheeled ultrasound 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.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
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 of the requirement for a lightweight-wheeled ultrasound 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.
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://leidos-supply.uk/jaggaer-one 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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-006171
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 September 2021
Local time
2:00pm
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
8 September 2021
Local time
2:01pm
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 Ltd
Bristol
Country
United Kingdom