Opportunity

The Supply and Support of Wheeled Ultrasound

  • Leidos Supply

F02: Contract notice

Notice reference: 2021/S 000-019256

Published 9 August 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Leidos Supply

Monarch Court, 8 The Brooms, Emersons Green

Bristol

Email

ryan.hall@leidos.com

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

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

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 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