Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Central London Community Healthcare NHS Trust
5-7 Parsons Green
London
SW6 4UL
UK
Contact person: Mr Reuben McKeown
Telephone: +44 7740529800
E-mail: reuben.mckeown@capita.co.uk
NUTS: UK
Internet address(es)
Main address: http://www.clch.nhs.uk
Address of the buyer profile: http://www.clch.nhs.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
School Screening Software
Reference number: DN435852
II.1.2) Main CPV code
48000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
CLCH has provided school screening services for hearing, vision, height and weight measurement for several years to thousands to reception and year 6 children in Barnet and Brent for several years. This service is now also to be rolled out in Ealing borough for height, weight and vision screening.
The Trust is looking for a software provider to support the service. This will include software to support vision testing, hearing testing and the national child measurement programme.
The software will provide a series of tools to facilitate this screening process. The providers will implement the screening criteria to be used, content of letters to parents and pathway as required by the purchaser. The system must conform with the latest Public Health England guidelines for child vision screening (https://www.gov.uk/government/publications/child-vision-screening/service-specification).
Best practice is that children failing the first test are retested 6 weeks later and then referred if they fail the second time. Some areas follow this guidance, others rely on a single screening and then refer. The provider will implement whichever protocol is chosen by the Purchaser and the screening, content of letters to parents and pathway, as defined by the purchaser.
The software’s BMI module will automate the administration associated with the National Child Measurement Programme. Screeners measure the children in the normal way for height and weight, entering the measurements on the software BMI module.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Lowest offer:
80 000.00
GBP/ Highest offer:
120 000.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
CLCH has provided school screening services for hearing, vision, height and weight measurement for several years to thousands to reception and year 6 children in Barnet and Brent for several years. This service is now also to be rolled out in Ealing borough for height, weight and vision screening.
The Trust is looking for a software provider to support the service. This will include software to support vision testing, hearing testing and the national child measurement programme.
The software will provide a series of tools to facilitate this screening process. The providers will implement the screening criteria to be used, content of letters to parents and pathway as required by the purchaser. The system must conform with the latest Public Health England guidelines for child vision screening (https://www.gov.uk/government/publications/child-vision-screening/service-specification).
Best practice is that children failing the first test are retested 6 weeks later and then referred if they fail the second time. Some areas follow this guidance, others rely on a single screening and then refer. The provider will implement whichever protocol is chosen by the Purchaser and the screening, content of letters to parents and pathway, as defined by the purchaser.
The software’s BMI module will automate the administration associated with the National Child Measurement Programme. Screeners measure the children in the normal way for height and weight, entering the measurements on the software BMI module.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 50
Cost criterion: Cost
/ Weighting: 50
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:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 180-438646
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
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
13/12/2019
V.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Thomson Screening
London
UK
NUTS: 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:
Lowest offer:
80 000.00
GBP
/ Highest offer:
110 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Central London Community Healthcare
London
UK
VI.5) Date of dispatch of this notice
28/01/2020