Section one: Contracting authority
one.1) Name and addresses
London Borough of Bromley
Civic Centre, Stockwell Close
Bromley
Br1 3UH
Country
United Kingdom
NUTS code
UKI61 - Bromley
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=efacd900-b259-ec11-810e-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=efacd900-b259-ec11-810e-005056b64545
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Point of Care Testing Service
Reference number
DN587096
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Bromley (“the Council”) is inviting tenders for the provision of Point of Care Testing Service, to support the NHS Health Checks programme in Bromley for cholesterol and HbA1C blood tests
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
- 85000000 - Health and social work services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UKI61 - Bromley
two.2.4) Description of the procurement
The London Borough of Bromley (“the Council”) is inviting tenders for the provision of Point of Care Testing Service, to support the NHS Health Checks programme in Bromley for cholesterol and HbA1C blood tests.
All applications must be made through the London Tenders Portal only and not to the contact details contained in this notice.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2025
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: Yes
Description of options
There is an option to extend the contract at the Council's discretion for a period of one year from 01/04/2025 to the 31/03/2026.
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
24 January 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
16 December 2021
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
Evaluation of the tender will be conducted in full compliance with EU Directives and the Council's Contract Procedure Rules.
Evaluation for the criteria of quality issues, etc., will also include the operation of minimum thresholds. If a proposal received a score below the required threshold then the bid may not be considered further. The minimum expectable score is a requirement to obtain at least the half of the available points in particular area. An indicative use of this model can be downloaded from the Council's website.
The Council may make use of the Contract for further negotiated arrangements to the extent permissible and in compliance with the relevant procurement regulations. Perspective contractors are advised that the documents issued at this time in conjunction with the 'Find A Tender Notice' may be supplemented and/or amended as provided for in Regulation 53 (6) of the Public Contract Regulations 2015.
six.4) Procedures for review
six.4.1) Review body
Royal Courts Of Justice
The Strand, Holborn
London
WC2A 2LL
Country
United Kingdom