Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Cambridgeshire County Council
New Shire Hall Emery Crescent Enterprise Campus,
Alconbury Weald, Huntingdon
PE284YE
UK
Contact person: Thomas Clarke
E-mail: Thomas.Clarke@cambridgeshire.gov.uk
NUTS: UKH12
Internet address(es)
Main address: www.cambridgeshire.gov.uk
I.1) Name and addresses
Peterborough City Council
Sand Martin House Bittern Way Fletton Quays
Peterborough
PE2 8TY
UK
E-mail: helen.davies@peterborough.gov.uk
NUTS: UKH11
Internet address(es)
Main address: www.peterborough.gov.uk
I.2) Joint procurement
The contract involves joint procurement
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
National Child Measurement Programme
Reference number: 25039
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
Cambridgeshire County Council and Peterborough City Council require the provision of a National Child Measurement Programme. This is a competitive procurement under the Provider Selection Regime (PSR)
The NCMP is a national programme which involves the weighing and measuring of primary school children. It is a mandated Public Health function, which must be commissioned by the Local Authorities who have direct responsibility for it.
School age children in Reception (aged four to five years) and Year 6 (aged ten to eleven years) have their height and weight measured routinely each academic year, and parents/carers are sent a feedback letter with the child's weight status (underweight, healthy weight, overweight or very overweight). In Cambridgeshire and Peterborough, there are an estimated 20,000 pupils to be screened each year, involving over 280 primary schools.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
475 000.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKH11
UKH12
II.2.4) Description of the procurement
The NCMP is a national programme which involves the weighing and measuring of primary school children. It is a mandated Public Health function, which must be commissioned by the Local Authorities who have direct responsibility for it.
School age children in Reception (aged four to five years) and Year 6 (aged ten to eleven years) have their height and weight measured routinely each academic year, and parents/carers are sent a feedback letter with the child's weight status (underweight, healthy weight, overweight or very overweight).
The aim of the NCMP is to gather population-level data to increase understanding of weight issues in children, monitor changes, and inform future commissioning and childhood obesity strategies. Locally, the data also helps to identify the areas with the most need (often more deprived areas) and help target interventions to these schools/geographical locations.
II.2.5) Award criteria
Quality criterion: Quality and Innovation
/ Weighting: 49
Quality criterion: Integration, collaboration and service sustainability
/ Weighting: 10.5
Quality criterion: Improving access, reducing health inequalities and facilitating choice
/ Weighting: 3.5
Quality criterion: Social Value
/ Weighting: 7
Cost criterion: Value
/ Weighting: 30
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-034998
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
27/08/2025
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Everyone Health Limited
4215584
3 Watling Drive
Hinckley
LE10 3EY
UK
NUTS: UKF22
Internet address(es)
URL: http://www.everyonehealth.co.uk
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 466 358.64
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This is a Provider Selection Regime (PSR) Contract Notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023.
For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award.
The publication of this notice marks the start of the standstill period. Representations by providers must be made to the relevant authority by midnight at the end of the 8th of September 2025.
This contract has not yet formally been awarded; this notice serves as an intention to award a contract under the competitive process of the PSR.
Written representations should be sent to ProcurementandCommercial@cambridgeshire.gov.uk FAO Thomas Clarke.
Award decision makers:
Award of contract was approved by Cambridgeshire County Council's Executive Director for Adults and Health Commissioning and Peterborough City Council's Director of Public Health.
Conflicts of Interest - No conflict of interested were declared prior to, or during, the preparation of the tender excise, the evaluation or moderation period or the award of the contract.
Relative importance of the key criteria: The decision was made through an evaluation methodology covering the 5 criterion. The greatest weighting were applied to quality and innovation and value.
Quality and Innovation was weighted highly as it was imperative that due to the nature of the service specification and expectations regarding delivery requirements, quality is considered the most important component.
This was followed by value to ensure that the service will be delivered within the available financial envelope and for the bidder to provide the local authorities with assurances that there will be robust financial and performance monitoring.
Added value was considered though social value, recognising the importance of a providers wider contribution to the councils ambitions and benefits to local residents.
Conflicts of Interest - No conflict of interested were declared prior to, or during, the preparation of the tender excise, the evaluation or moderation period or the award of the contract.
Relative importance of the key criteria: The decision was made through an evaluation methodology of 10 questions covering the 5 criterion. The greatest weighting was applied to quality and innovation as it was imperative that due to the nature of the service specification and expectations regarding delivery requirements, quality is considered the most important component.
This was followed by value to ensure that the service will be delivered within the available financial envelope and for the bidder to provide the local authority with assurances that there will be robust financial and performance monitoring.
The successful supplier obtained the highest scoring combined across the five key criteria:
Quality & Innovation: 30.87 out of 49;
Value: 27.60 out of 30;
Integration, collaboration and service sustainability: 7.04 out of 10.5;
Improving access, reducing health inequalities & facilitating choice: 1.4 out of 3.5;
Social value: 3.36 out of 7.
Total score: 70.27%
VI.4) Procedures for review
VI.4.1) Review body
Cambridgeshire County Council
New Shire Hall, Alconbury Weald
Huntingdon
PE28 4YE
UK
VI.5) Date of dispatch of this notice
27/08/2025