Section one: Contracting authority
one.1) Name and addresses
West Yorkshire Combined Authority
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
Contact
Paula Morris
paula.morris@southyorks.pnn.police.uk
Telephone
+44 7464983783
Country
United Kingdom
NUTS code
UKE - Yorkshire and the Humber
National registration number
n/a
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=37955&B=BLUELIGHT
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=37955&B=BLUELIGHT
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Force Medical Advisor (FMA) / Selected Medical Practitioner (SMP) and other Occupational Health Services
Reference number
2420-2021
two.1.2) Main CPV code
- 85000000 - Health and social work services
two.1.3) Type of contract
Services
two.1.4) Short description
In accordance with the Police Pensions Regulations, Local Government Pension Scheme Regulations and relevant advice and guidance there is a requirement for each Police and Crime Commissioner (PCC) and Police, Crime and Victim Commissioner (PCVC) to have access to a Force Medical Advisor (FMA)/Selected Medical Practitioner (SMP) and Independent Registered Medical Practitioner (IRMP). In addition to the provision of FMA/SMP/IRMP services there is also a requirement (in some participating Forces) for Occupational Health Nurses and Nurse Advisors.
two.1.5) Estimated total value
Value excluding VAT: £1,700,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Force Medical Advisor (FMA) and other Occupational Health Services
Lot No
1
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
The FMA must be a fully registered medical practitioner and a Member, or Fellow, of the Faculty of Occupational Medicine (MFOM Part I or FFOM), or EEA equivalent to undertake a range of referrals including, recruit medicals, absence management and clinical audits.
An occupational health nurse advisor could also be called upon to undertake appointments.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Attached as document
two.2) Description
two.2.1) Title
Selected Medical Practitioner (SMP) and Independent Registered Medical Practitioner (IRMP)and
Lot No
2
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
The SMP must be a fully registered medical practitioner and a Member, or Fellow, of the Faculty of Occupational Medicine (MFOM Part I or FFOM), or EEA equivalent to undertake a range of referrals including, decision on permanency, injury on duty consideration, impact on earnings etc.
The IRMP should also be made available to the contract to undertake appointments.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Attached as document
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Description of conditions is in the tender documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
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
14 July 2021
Local time
1:00pm
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
Tender must be valid until: 18 October 2021
four.2.7) Conditions for opening of tenders
Date
14 July 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48 months
six.4) Procedures for review
six.4.1) Review body
The High Court of England and Wales
7 Rools Buildings, Fetter Lane
London
EC4A 1NL
Country
United Kingdom