Tender

ISO Certification Services

NORTH LANARKSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

23 Feb 2024 at 00:00

Summary of the contracting process

The North Lanarkshire Council has initiated a tender process for the provision of ISO Certification Services. The council is located in Motherwell, UK, and operates in the industry category of services. The tender, titled "NLC-CPT-23-096", is currently at the active stage with a contract value of £125,000 GBP. The deadline for tender submissions is on March 15, 2024, and the bid opening will take place remotely. This presents an opportunity for businesses to provide certification services to meet statutory requirements and mitigate business risks.

This public procurement opportunity by the North Lanarkshire Council is an open procedure, offering a chance for companies to demonstrate their expertise in ISO certifications. Businesses registered with UKAS and able to provide certification in quality, environmental management, and occupational health and safety systems are well-suited to compete. The council requires bidders to meet specific technical, economic, and professional criteria, and successful bidders must hold relevant certifications. The tender aims to foster transparency, best value, and risk prevention in service areas requiring ISO certification.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

ISO Certification Services

Notice Description

Provision of certification to BS EN ISO 9001 : 2015 Quality Management Systems, BS EN ISO 14001 : 2015 Environmental Management Systems, BS ISO 45001 : 2018 Occupational Health and Safety Systems by a company registered with the United Kingdom Accreditation Service (UKAS) to provide certification to government approved standards etc., for a number of council service areas who require certification to one or more of the above standards to meet statutory performance requirements, Contract requirements/conditions, provision of independent demonstrable evidence of Best Value and prevention and mitigation of Business Risk (Audit Scotland guidance). A number of services have had and maintained ISO certification prior to local government reorganisation in providing competitiveness as required by Compulsory Competitive Tendering legislation.

Lot Information

Lot 1

Provision of certification to: BS EN ISO 9001 : 2015 Quality Management Systems, BS EN ISO 14001 : 2015 Environmental Management Systems, BS ISO 45001 : 2018 Occupational Health and Safety Systems by a company registered with the United Kingdom Accreditation Service (UKAS) To provide certification to government approved standards etc., for a number of council service areas who require certification to one or more of the above standards to meet statutory performance requirements, Contract requirements/conditions, provision of independent demonstrable evidence of Best Value and prevention and mitigation of Business Risk (Audit Scotland guidance). A number of services have had and maintained ISO certification

Renewal: 3 year contract with am option of extending for a further 3 years

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000757922
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB499354
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website Contract Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

72225000 - System quality assurance assessment and review services

79212000 - Auditing services

79212100 - Financial auditing services

90714500 - Environmental quality control services

Notice Value(s)

Tender Value
£125,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Feb 20242 years ago
Submission Deadline
15 Mar 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Not specified
Contact Email
morrisonr@northlan.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
MOTHERWELL
Postcode
ML1 1AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Motherwell South East and Ravenscraig
Westminster Constituency
Motherwell, Wishaw and Carluke

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB499354
    ISO Certification Services - Provision of certification to BS EN ISO 9001 : 2015 Quality Management Systems, BS EN ISO 14001 : 2015 Environmental Management Systems, BS ISO 45001 : 2018 Occupational Health and Safety Systems by a company registered with the United Kingdom Accreditation Service (UKAS) to provide certification to government approved standards etc., for a number of council service areas who require certification to one or more of the above standards to meet statutory performance requirements, Contract requirements/conditions, provision of independent demonstrable evidence of Best Value and prevention and mitigation of Business Risk (Audit Scotland guidance). A number of services have had and maintained ISO certification prior to local government reorganisation in providing competitiveness as required by Compulsory Competitive Tendering legislation.

Notice URLs

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000757922-2024-02-23T00:00:00Z",
    "date": "2024-02-23T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000757922",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-40",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "morrisonr@northlan.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-41",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-40"
    },
    "tender": {
        "id": "NLC-CPT-23-096",
        "title": "ISO Certification Services",
        "description": "Provision of certification to BS EN ISO 9001 : 2015 Quality Management Systems, BS EN ISO 14001 : 2015 Environmental Management Systems, BS ISO 45001 : 2018 Occupational Health and Safety Systems by a company registered with the United Kingdom Accreditation Service (UKAS) to provide certification to government approved standards etc., for a number of council service areas who require certification to one or more of the above standards to meet statutory performance requirements, Contract requirements/conditions, provision of independent demonstrable evidence of Best Value and prevention and mitigation of Business Risk (Audit Scotland guidance). A number of services have had and maintained ISO certification prior to local government reorganisation in providing competitiveness as required by Compulsory Competitive Tendering legislation.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79212100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "72225000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90714500",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "North Lanarkshire"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 125000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2024-03-15T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2024-03-15T12:30:00Z"
        },
        "documents": [
            {
                "id": "FEB499354",
                "documentType": "contractNotice",
                "title": "ISO Certification Services",
                "description": "Provision of certification to BS EN ISO 9001 : 2015 Quality Management Systems, BS EN ISO 14001 : 2015 Environmental Management Systems, BS ISO 45001 : 2018 Occupational Health and Safety Systems by a company registered with the United Kingdom Accreditation Service (UKAS) to provide certification to government approved standards etc., for a number of council service areas who require certification to one or more of the above standards to meet statutory performance requirements, Contract requirements/conditions, provision of independent demonstrable evidence of Best Value and prevention and mitigation of Business Risk (Audit Scotland guidance). A number of services have had and maintained ISO certification prior to local government reorganisation in providing competitiveness as required by Compulsory Competitive Tendering legislation.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB499354",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Provision of certification to: BS EN ISO 9001 : 2015 Quality Management Systems, BS EN ISO 14001 : 2015 Environmental Management Systems, BS ISO 45001 : 2018 Occupational Health and Safety Systems by a company registered with the United Kingdom Accreditation Service (UKAS) To provide certification to government approved standards etc., for a number of council service areas who require certification to one or more of the above standards to meet statutory performance requirements, Contract requirements/conditions, provision of independent demonstrable evidence of Best Value and prevention and mitigation of Business Risk (Audit Scotland guidance). A number of services have had and maintained ISO certification",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "3 year contract with am option of extending for a further 3 years"
                }
            }
        ],
        "bidOpening": {
            "date": "2024-03-15T12:30:00Z",
            "address": {
                "streetAddress": "Remote (on microsoft teams)"
            },
            "description": "Members of corporate procurement team"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "4A.1 If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. 4A.2 Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "description": "Bidders must respond to SPD Questions 4B.4, 4B.4.1, 4B.5.1b, 4B.5.2 and 4B.5.3 The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows: Pass = response is compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing Fail = response is not compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing.",
                    "minimum": "4B.4 - Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. Minimum standard required is acid test ratio score of 1.00 from latest published accounts. 4B.5.1b and 4B.5.2 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 10M GBP Public Liability Insurance = 2M GBP Professional Indemnity Insurance = 2M GBP http://www.hse.gov.uk/pubns/hse40.pdf"
                },
                {
                    "type": "technical",
                    "description": "Bidders must respond to SPD Questions 4C.1.2, 4C.6, 4C6.1,4C.10 and 4D.1, 4D.2, 4D3. The Bidder response to question 4C.1.2 for Technical and professional ability will be scored by an evaluation panel; Bidders must achieve a Pass to pass this question; if the bidder achieves a fail this will be deemed a failure to meet the Council's minimum standards for Technical and professional Ability. Responses to 4C.6; will be evaluated as Pass/Fail 4D.1; 4D.2; 4D.3 - Bidders must respond to SPD Questions 4D.1 and 4D.2. The Bidder response to these questions for Quality AssuranceSchemes and Environmental Management Standards will be evaluated as follows: Pass = response is compliant with the minimum requirement stated in the Contract Notice section III.1.3) Technical and professional ability (specifically the Quality Assurance Schemes and Environmental Management Standards) Fail = response is not compliant with the minimum requirement stated in the Contract Notice section III.1.3) Technical and professional ability (specifically the Quality Assurance Schemes and Environmental Management Standards). Responses to 4C.10 will not be evaluated. The scoring rationale of the evaluation panel for question 4C.1.2 is Pass/Fail 4D.1; 4D.2 amd 4D.3 - Scoring criteria is Pass/Fail - bidders must hold the specified requirements",
                    "minimum": "4C.1.2 - Bidders will be required to provide example (s) that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice. These examples must be of a similar value, scope and duration. 4C.6 and 4C6.1 - Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: Bidders must hold a UKAS or equivalent accredited third party certificate of compliance in accordance with ISO/IEC 17021 (1-3) : 2015 and for Audit Staff registration with the International Register of Certified Auditors (IRCA) and a degree or equivalent in Business Management, Environmental Management or Safety and Occupational Health And: Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications: Registration with the International Register of Certified Auditors (IRCA) and a degree or equivalent in Business Management, Environmental Management or Safety and Occupational Health 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 - The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). 4D.2 - The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. 4D.3 The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 45001: 2018 Occupational health and safety management systems (or equivalent) or a valid EMAS (or equivalent) certificate."
                },
                {
                    "type": "technical",
                    "description": "Execution of the service is reserved to a particular profession"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "79212000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "If the bidder relies on the capacities of any other entity AND/OR If the bidder has decided to subcontract a part of the contract and relies on the subcontractor's capacities to perform that part of the Contract, then a separate SPD for this entity / subcontractor must be completed for sections: Part II Information concerning the bidder A: Information about the bidder B: Information about representatives of the bidder Part III Exclusions Grounds A: Grounds Relating to Criminal Convictions B: Grounds Relating to the payment of taxes or social security contributions C: Blacklisting D: Grounds Relating to insolvency, conflicts of interests or professional misconduct. The Invitation To Tender and supporting documentation may be accessed and downloaded from the Public Contracts Scotland Portal at http//www.publiccontractsscotland.gov.uk To access these documents Tenderers will firstly need to register (if they have not already done so) on the Public Contracts Scotland Portal and then express interest in this particular procurement. Tenders must be returned using the PCS submission post-box by the date and time specified in this Contract Notice and/or documentation. Late tenders will not be accepted. The council reserves the right not to award any contract as a result of the procurement process initiated by this Contract Notice and in such event will not be liable for any costs incurred by any party. The preferred bidder will be required to produce supporting documentary evidence or certificates when specifically requested by the Authority to do so by you. This evidence will be required before the contract is awarded. If the preferred bidder is unable to provide this evidence it the contract will not be awarded to the preferred bidder. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=524700. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=651233. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=755761. Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26000. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Please see tender document (SC Ref:757922)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000757922"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}