{
    "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"
}