Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Leidos Supply
Monarch Court, 8 The Brooms, Emersons Green
Bristol
UK
E-mail: ryan.hall@leidos.com
NUTS: UK
Internet address(es)
Main address: https://www.leidos-supply.uk/
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.leidos-supply.uk/
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Defence
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Supply and Support of Wheeled Ultrasound
Reference number: LSL/MED/0111
II.1.2) Main CPV code
33124120
II.1.3) Type of contract
Supplies
II.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.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
33000000
II.2.3) Place of performance
NUTS code:
UK
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-006171
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
08/09/2021
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
08/09/2021
Local time: 14:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Leidos Supply Ltd
Bristol
UK
VI.5) Date of dispatch of this notice
09/08/2021