Tender

Force Medical Advisor (FMA) / Selected Medical Practitioner (SMP) and other Occupational Health Services

  • West Yorkshire Combined Authority

F02: Contract notice

Notice identifier: 2021/S 000-013451

Procurement identifier (OCID): ocds-h6vhtk-02bbfe

Published 15 June 2021, 9:36am



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

Email

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

www.uk.eu-supply.com

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

Internet address

http://www.judiciary.gov.uk