Contract notice

Information

Published

Expire date: 14/07/2021

External Reference: 2021-598124

FTS Reference: 2021-013451

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

West Yorkshire Combined Authority
n/a
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
UK
Contact person: Paula Morris
Telephone: +44 7464983783
NUTS code:  UKE -  YORKSHIRE AND THE HUMBER
Internet address(es):
Main address: www.uk.eu-supply.com

I.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 abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Force Medical Advisor (FMA) / Selected Medical Practitioner (SMP) and other Occupational Health Services
Reference number:  2420-2021
II.1.2)

Main CPV code

85000000  -  Health and social work services
II.1.3)

Type of contract

Services
II.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.
II.1.5)

Estimated total value

Value excluding VAT: 1700000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Force Medical Advisor (FMA) and other Occupational Health Services
Lot No:  1
II.2.2)

Additional CPV code(s)

85100000  -  Health services
II.2.3)

Place of performance

NUTS code:  UKE -  YORKSHIRE AND THE HUMBER
II.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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1100000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
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
II.2.14)

Additional information

Attached as document
II.2)

Description

II.2.1)

Title

Selected Medical Practitioner (SMP) and Independent Registered Medical Practitioner (IRMP)and
Lot No:  2
II.2.2)

Additional CPV code(s)

85100000  -  Health services
II.2.3)

Place of performance

NUTS code:  UKE -  YORKSHIRE AND THE HUMBER
II.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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 600000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
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
II.2.14)

Additional information

Attached as document

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.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
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.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
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  14/07/2021
Local time:  13:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  18/10/2021
IV.2.7)

Conditions for opening of tenders

Date:  14/07/2021
Local time:  13:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
48 months
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of England and Wales
7 Rools Buildings, Fetter Lane
London
EC4A 1NL
UK
Internet address: http://www.judiciary.gov.uk