Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  North Lanarkshire Council
  Civic Centre, Windmillhill Street
  Motherwell
  ML1 1AB
  UK
  
            E-mail: corporateprocurement@northlan.gov.uk
  
            NUTS: UKM84
  Internet address(es)
  
              Main address: http://www.northlanarkshire.gov.uk
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010
 
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
ISO Certification Services
            Reference number: NLC-CPT-24-119
  II.1.2) Main CPV code
  79212000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Provision of certification to ISO 9001:2015 Quality Management Systems, ISO 14001:2015 Environmental Management Systems, ISO 45001:2018 Occupational Health and Safety Systems by a company registered with the United Kingdom Accreditation Service (UKAS)
  II.1.5) Estimated total value
  Value excluding VAT: 
			185 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    72225000
    II.2.3) Place of performance
    NUTS code:
    UKM84
Main site or place of performance:
    North Lanarkshire
    II.2.4) Description of the procurement
    Provision of certification to ISO 9001:2015 Quality Management Systems, ISO 14001:2015 Environmental Management Systems, ISO 45001:2018 Occupational Health and Safety Systems by a company registered with the United Kingdom Accreditation Service (UKAS)
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Quality
                    / Weighting: 60
    
                    Price
                    
                      / Weighting: 
                      40
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Initial contract period is 36 months with option to extend for an additional 12 months. Any extension to the initial contract period is at the sole discretion of the Council.
    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
            
    II.2.14) Additional information
    Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
   
 
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:
  Full details of the objective rules and criteria for participation are contained within the ITT pack. Please refer to I.3 Communication within this notice.
  III.1.2) Economic and financial standing
  List and brief description of selection criteria:
  Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.
Minimum level(s) of standards required:
  Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.
  III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.
Minimum level(s) of standards required:
  Bidders should refer to the requirements stated in the Qualification envelope within PCS-Tender.
 
III.2) Conditions related to the contract
  III.2.3) Information about staff responsible for the performance of the contract
  Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
 
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:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              11/04/2025
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.6) Minimum time frame during which the tenderer must maintain the tender
  
                Duration in months: 4 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              11/04/2025
  
              Local time: 12:00
  Place:
  Remote (on Microsoft Teams)
  Information about authorised persons and opening procedure:
  Tenders received will be opened in accordance with condition 18.5 of the Councils General Contract Standing Orders. Date and time of the opening of tenders (as stated above) is subject to change at the Councils sole discretion.
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
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:
Bidders should refer to the requirements stated within PCS-Tender.
(SC Ref:792676)
VI.4) Procedures for review
  VI.4.1) Review body
  
    Scottish Courts
    Edinburgh
    UK
   
 
VI.5) Date of dispatch of this notice
12/03/2025