← Back to opportunities

Point of Care Testing to support NHS Health Checks

London Borough of Bromley

Buyer Contact Info

Buyer Name: London Borough of Bromley

Buyer Address: Bromley Civic Centre, Churchill Court, 2 Westmoreland Road, Bromley, UKI61, BR1 1AD, United Kingdom

Contact Email: procurement@bromley.gov.uk

Status
active
Procedure
open
Value
420000.0 GBP
Gross: 504000 GBP
Published
18 Sep 2025, 09:55
Deadline
13 Oct 2025, 11:00
Contract Start
n/a
Contract End
n/a
Category
goods
CPV
33000000 - Medical equipments, pharmaceuticals and personal care products
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

A Point of Care Testing (POCT) Service provides the equipment, consumables and training required for the cholesterol and HbA1c (diabetes) blood test which is an important part of the NHS Health Check programme. The current service is commissioned through BHR Pharmaceuticals.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/057606-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value: GBP 420,000

Lot 1 Value (Gross): GBP 504,000

Lot 1 Contract Start: 2026-04-01T00:00:00+01:00

Lot 1 Contract End: 2034-03-31T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): quality (40%)

Lot 1 Award Criterion (price): price (60%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PBBG-1282-YCXD",
    "name": "London Borough of Bromley"
  },
  "date": "2025-09-18T10:55:55+01:00",
  "id": "057606-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-055cc8",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Bromley",
        "postalCode": "BR1 1AD",
        "region": "UKI61",
        "streetAddress": "Bromley Civic Centre, Churchill Court, 2 Westmoreland Road"
      },
      "contactPoint": {
        "email": "procurement@bromley.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ],
        "url": "http://www.bromley.gov.uk"
      },
      "id": "GB-PPON-PBBG-1282-YCXD",
      "identifier": {
        "id": "PBBG-1282-YCXD",
        "scheme": "GB-PPON"
      },
      "name": "London Borough of Bromley",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-01-30T23:59:59Z"
    },
    "description": "A Point of Care Testing (POCT) Service provides the equipment, consumables and training required for the cholesterol and HbA1c (diabetes) blood test which is an important part of the NHS Health Check programme. The current service is commissioned through BHR Pharmaceuticals.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-09-18T10:55:55+01:00",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "057606-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/057606-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-10-06T12:00:00+01:00"
    },
    "id": "DN781972",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Medical equipments, pharmaceuticals and personal care products",
            "id": "33000000",
            "scheme": "CPV"
          },
          {
            "description": "Health and social work services",
            "id": "85000000",
            "scheme": "CPV"
          },
          {
            "description": "Other community, social and personal services",
            "id": "98000000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKI61"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "Award criteria - 25% broken down as:\nQ1: Equipment - 25%\nQ2: Service Transition and delivery   - 15%                   \nQ3: Governance, Data management and Data protection - 15%\nQ4: Training and support to the users of equipment - 15%\nQ5: Supply of consumables - 15%\nQ6: Quality assurance - 15%\nPractical demonstration - 15%",
              "name": "quality",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "The Council estimates this procurement opportunity based on best market valuation of an\nestimated annual contract value of \u00a365,000 . To be considered for this opportunity, Tenderers shall have a minimum yearly turnover of at least equivalent to this amount. \nAs a Condition of Participation, tenderers must demonstrate that they have sufficient\nfinancial standing to perform the contract.\nThis will be assessed in the following way:\n- The Council will firstly obtain the tenderers\u0027 credit rating using Data8 \u0027Business Insights\u0027\nduring the evaluation period. Tenderers that have a credit score of 50 or above and have met\nany minimum turnover requirements (if included) will be deemed to have sufficient financial\nstandard.\n- Tenderers that have a credit rating below 50 will be subject to further financial checks. This\nwill be in the form of ratio analysis based on the tenderers\u0027 latest accounts (or other\nevidence, as uploaded by the tenderer on the Find a Tender site). Specifically, tenderers\nmust demonstrate the following:\no Trade debtor days to be a maximum of 60 days.\no Trade creditor days to be a maximum of 60 days.\no Current ratio to be above 0.6.\no Debt to equity ratio to be under 3.\n- If a tenderer does not meet the criteria above, it will be excluded from the process without\nfurther evaluation.\n- For clarity, if you are bidding as a consortium, only the turnover of the members that meet\nthe financial standing criteria (above) will be considered when determining if the minimum\nturnover requirements (if included) are achieved.",
              "name": "price",
              "numbers": [
                {
                  "number": 60,
                  "weight": "percentageExact"
                }
              ],
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2034-03-31T23:59:59+01:00",
          "maxExtentDate": "2036-03-31T23:59:59+01:00",
          "startDate": "2026-04-01T00:00:00+01:00"
        },
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "Continuation of the service.  The extension will be applied following assessment of the contractors performance during the initial contract term."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "As a condition of participation, tenderers must demonstrate that they have sufficient financial standing to perform the contract.\nthey will be assessed in the following way:\nThe council will firstly obtain the tenderers credit rating using Data8 \u0027Business insights\u0027 during the evaluation period.  Tenderers that have a credit score of 50 or above and have met any minimum turnover requirements (if included) will be deemed to have sufficient financial standard.\nTenderers that have a credit rating below 50 will be subject to further financial checks.  This will be in the form of ration analysis based on tenderers \u0027latest  accounts (or other evidence, as uploaded by the tenderer on the find a tender site).  Specifically, tenderers must demonstrate the following:\n- Trade debtor days to be a maximum of 60 days.\n- trade creditor days to be a maximum of 60 days\n- current ration is to be above 0.6\n- debt to equity ratio to be under 3\nfor avoidance of doubt, if a tenderer does not meet the criteria above it will be excluded from the process without further evaluation.",
              "type": "economic"
            },
            {
              "description": "question 1: Relevant experience and contract examples - Pass/fail \nquestion 2: Scientific evidence of the accuracy of the POCT Devices - pass/fail\nto refer to the tender documentation for full description",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "value": {
          "amount": 420000,
          "amountGross": 504000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "goods",
    "procedure": {
      "features": "The steps to be followed include:\nConditions of Participation - to be evaluated with all of the successful suppliers being taken through to the next stage.\nInvitation to Tender - six quality questions to be evaluated and a further quality element with the inclusion of a practical demonstration of tenderers solutions included \nBest and Final Offer stage (if required). The Invitation to Tender stage may include\nclarification interviews which not evaluated but used to clarify and confirm tender scores.\nBest and Final Offer - Tenders resubmitted and evaluated to determine the winning bidder.\nPlease note that this stage may not be required and the Council reserves the right to remove this stage at its discretion.\nPlease see the tender documents for a full description of each stage."
    },
    "procurementMethod": "open",
    "procurementMethodDetails": "Competitive flexible procedure",
    "riskDetails": "The Department of Health and Social Care are currently piloting an online NHS Health Check to increase the capacity and accessible of NHS Health Checks. This is planned to run alongside current arrangements however it is not known how this will impact on the current offer. The date for roll out implementation in Bromley of the NHS Health Check online is not yet know but Bromley is not one of the early implementers. There may be a need to review this contract once the NHS Health Checks online is live and the impacts are assessed.",
    "status": "active",
    "submissionMethodDetails": "Tenders must be submitted electronically via the London Tenders Portal (www.londontenders.org)",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2025-10-13T12:00:00+01:00"
    },
    "title": "Point of Care Testing to support NHS Health Checks",
    "value": {
      "amount": 420000,
      "amountGross": 504000,
      "currency": "GBP"
    }
  }
}