Tender

Point of Care Testing to support NHS Health Checks

LONDON BOROUGH OF BROMLEY

This public procurement record has 2 releases in its history.

Tender

18 Sep 2025 at 09:55

Planning

10 Jul 2025 at 11:11

Summary of the contracting process

The London Borough of Bromley is seeking to procure a Point of Care Testing (POCT) service to support NHS Health Checks, focusing on the timely detection and management of major cardiovascular risk factors. This procurement falls under the "medical equipment, pharmaceuticals and personal care products" and "health and social work services" categories. The procurement method adopted is an open and competitive flexible procedure, currently in the tender stage, with a submission deadline for tenders set for 13th October 2025. Located in Bromley, UK, this opportunity is classified as above threshold, with a contract value capped at £504,000 gross. The contract period runs from 1st April 2026 to 31st March 2034, with potential renewal options based on performance. Businesses must submit tenders electronically and may participate in clarification interviews during the tendering process, leading up to the award period ending on 30th January 2026.

This procurement presents a significant opportunity for businesses that supply medical testing services and equipment to expand their operations, particularly within the medical and public health sectors. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) are encouraged to participate, with the procurement strategy supporting inclusive participation. Businesses with expertise in delivering quality healthcare solutions, robust financial standings, and capabilities to meet set quality and financial criteria are well-positioned to compete effectively. By engaging with this tender process, businesses can potentially enhance their market presence and establish lasting partnerships with public authorities in the healthcare sector, contributing to more efficient healthcare delivery in the community.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Point of Care Testing to support NHS Health Checks

Notice 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.

Lot Information

Lot 1

Renewal: Continuation of the service. The extension will be applied following assessment of the contractors performance during the initial contract term.

Planning Information

As part of the procurement for a POCT provider, Public Health, Bromley are inviting Suppliers of POCT for cholesterol and HbA1c to attend a Market Engagement Event to be held on Thursday 17th July 2025 from 14.00hrs to 16.00hrs via MS Teams. Interested providers must email their contact's details including names, company details and email addresses to: Publichealth.team@bromley.gov.uk

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-055cc8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/057606-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products

85 - Health and social work services

98 - Other community, social and personal services


CPV Codes

33000000 - Medical equipments, pharmaceuticals and personal care products

85000000 - Health and social work services

98000000 - Other community, social and personal services

Notice Value(s)

Tender Value
£420,000 £100K-£500K
Lots Value
£420,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Sep 20255 months ago
Submission Deadline
13 Oct 2025Expired
Future Notice Date
16 Jul 2025Expired
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2034 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LONDON BOROUGH OF BROMLEY
Contact Name
Not specified
Contact Email
procurement@bromley.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BROMLEY
Postcode
BR1 1AD
Post Town
Bromley
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI6 Outer London - South
Small Region (ITL 3)
TLI61 Bromley
Delivery Location
TLI61 Bromley

Local Authority
Bromley
Electoral Ward
Bromley Town
Westminster Constituency
Bromley and Biggin Hill

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-055cc8-2025-09-18T10:55:55+01:00",
    "date": "2025-09-18T10:55:55+01:00",
    "ocid": "ocds-h6vhtk-055cc8",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PBBG-1282-YCXD",
            "name": "London Borough of Bromley",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBBG-1282-YCXD"
            },
            "address": {
                "streetAddress": "Bromley Civic Centre, Churchill Court, 2 Westmoreland Road",
                "locality": "Bromley",
                "postalCode": "BR1 1AD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI61"
            },
            "contactPoint": {
                "email": "procurement@bromley.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.bromley.gov.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PBBG-1282-YCXD",
        "name": "London Borough of Bromley"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "As part of the procurement for a POCT provider, Public Health, Bromley are inviting Suppliers of POCT for cholesterol and HbA1c to attend a Market Engagement Event to be held on Thursday 17th July 2025 from 14.00hrs to 16.00hrs via MS Teams. Interested providers must email their contact's details including names, company details and email addresses to: Publichealth.team@bromley.gov.uk",
                "dueDate": "2025-07-16T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "038897-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/038897-2025",
                "datePublished": "2025-07-10T12:11:26+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "DN781972",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Point of Care Testing to support NHS Health Checks",
        "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.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33000000",
                        "description": "Medical equipments, pharmaceuticals and personal care products"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98000000",
                        "description": "Other community, social and personal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI61",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI61",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 504000,
            "amount": 420000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2034-03-31T23:59:59+01:00",
                    "maxExtentDate": "2036-03-31T23:59:59+01:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 504000,
                    "amount": 420000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "quality",
                            "description": "Award criteria - 25% broken down as: Q1: Equipment - 25% Q2: Service Transition and delivery - 15% Q3: Governance, Data management and Data protection - 15% Q4: Training and support to the users of equipment - 15% Q5: Supply of consumables - 15% Q6: Quality assurance - 15% Practical demonstration - 15%",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "price",
                            "description": "The Council estimates this procurement opportunity based on best market valuation of an estimated annual contract value of PS65,000 . To be considered for this opportunity, Tenderers shall have a minimum yearly turnover of at least equivalent to this amount. As a Condition of Participation, tenderers must demonstrate that they have sufficient financial standing to perform the contract. This will be assessed in the following way: - The Council will firstly obtain the tenderers' credit rating using Data8 'Business Insights' 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. - Tenderers that have a credit rating below 50 will be subject to further financial checks. This will be in the form of ratio analysis based on the tenderers' latest accounts (or other evidence, as uploaded by the tenderer on the Find a Tender site). Specifically, tenderers must demonstrate the following: o Trade debtor days to be a maximum of 60 days. o Trade creditor days to be a maximum of 60 days. o Current ratio to be above 0.6. o Debt to equity ratio to be under 3. - If a tenderer does not meet the criteria above, it will be excluded from the process without further evaluation. - For clarity, if you are bidding as a consortium, only the turnover of the members that meet the financial standing criteria (above) will be considered when determining if the minimum turnover requirements (if included) are achieved.",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As a condition of participation, tenderers must demonstrate that they have sufficient financial standing to perform the contract. they will be assessed in the following way: The council will firstly obtain the tenderers credit rating using Data8 'Business insights' 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. Tenderers 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 'latest accounts (or other evidence, as uploaded by the tenderer on the find a tender site). Specifically, tenderers must demonstrate the following: - Trade debtor days to be a maximum of 60 days. - trade creditor days to be a maximum of 60 days - current ration is to be above 0.6 - debt to equity ratio to be under 3 for avoidance of doubt, if a tenderer does not meet the criteria above it will be excluded from the process without further evaluation."
                        },
                        {
                            "type": "technical",
                            "description": "question 1: Relevant experience and contract examples - Pass/fail question 2: Scientific evidence of the accuracy of the POCT Devices - pass/fail to refer to the tender documentation for full description"
                        }
                    ]
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Continuation of the service. The extension will be applied following assessment of the contractors performance during the initial contract term."
                }
            }
        ],
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The steps to be followed include: Conditions of Participation - to be evaluated with all of the successful suppliers being taken through to the next stage. Invitation to Tender - six quality questions to be evaluated and a further quality element with the inclusion of a practical demonstration of tenderers solutions included Best and Final Offer stage (if required). The Invitation to Tender stage may include clarification interviews which not evaluated but used to clarify and confirm tender scores. Best and Final Offer - Tenders resubmitted and evaluated to determine the winning bidder. Please note that this stage may not be required and the Council reserves the right to remove this stage at its discretion. Please see the tender documents for a full description of each stage."
        },
        "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"
        },
        "enquiryPeriod": {
            "endDate": "2025-10-06T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-01-30T23:59:59Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "057606-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/057606-2025",
                "datePublished": "2025-09-18T10:55:55+01:00",
                "format": "text/html"
            }
        ],
        "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."
    },
    "language": "en"
}