Contract notice
Section I: Contracting
authority
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
Peterborough
PE2 8AP
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Opportunities/Index?v=2
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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.1.5) Estimated total value
Value excluding VAT:
475 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 38
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/07/2025
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
14/07/2025
Local time: 17:15
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
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 documentation is available via the ProContract link within this advert.
We are experiencing technical difficulties in providing a link directly to the opportunity. Once this is resolved, we will update this notice with the link.
In the meantime, please follow the instructions below to find the opportunity.
Click on the ProContract link within this notice. This should take you to the Opportunities page within ProContract. Then
1) Ensure the Portal selected is 'Cambridgeshire Public Services'
2) Organisation selected is Cambridgeshire County Council
3) Click on the 'Expression Start' wording
4) You should then see the direct link for this opportunity
VI.4) Procedures for review
VI.4.1) Review body
Cambridgeshire County Council
New Shire Hall, Alconbury Weald
Huntingdon
PE28 4YE
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures 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 standstill period will begin on the day after the notice of intention to award is published on Find-a-Tender Service. Any representations to the process must be received before midnight on the eighth working day after that day.
Representations must be sent to the Authority in writing via ProContract's messaging function with reasons why the provider believes that the Authority has failed to apply the PSR correctly.
The provider must be able to set out reasonable grounds to support its belief. If any representations are received by the Authority during the standstill period, then it will remain open until the authority considers the representations and relevant information before making a further decision and submitting its formal response.
If the bidder wishes to continue with its representation after the Authority's formal response, then they will need to contact The Independent Patient Choice and Procurement Panel detailed below.
The Independent Patient Choice and Procurement panel will be responsible for reviewing representations in relation to the Provider Selection Regime (PSR). To use the Independent Patient Choice and Procurement Panel, bidders should read the terms on the NHS England website and email: england.procurementpanelinfo@nhs.net
VI.5) Date of dispatch of this notice
25/06/2025