Maritime and Coastguard Agency has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | PROVISION OF ISO 9001 STANDARD AUDIT AND CERTIFICATION SERVICES FOR THE MARITIME AND COASTGUARD AGENCY’S QUALITY MANAGEMENT SYSTEM |
Notice type: | Contract Notice |
Authority: | Maritime and Coastguard Agency |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The contract is for the provision of an external auditor to certify the Agency's compliance with the ISO 9001 Standard and provide third party certification. |
Published: | 08/05/2020 16:14 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Maritime & Coastguard Agency
Spring Place - 105 Commercial Road, Southampton, SO15 1EG, United Kingdom
Tel. +44 2038172328, Email: contracts@mcga.gov.uk
Contact: Kathy Monk
Main Address: www.mcga.gov.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.contractsfinder.service.gov.uk
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: PROVISION OF ISO 9001 STANDARD AUDIT AND CERTIFICATION SERVICES FOR THE MARITIME AND COASTGUARD AGENCY’S QUALITY MANAGEMENT SYSTEM
Reference Number: TCA 3/7/778
II.1.2) Main CPV Code:
79132000 - Certification services.
JA18-2 - For auditing
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The contract is for the provision of an external auditor to certify the Agency's compliance with the ISO 9001 Standard and provide third party certification.
II.1.5) Estimated total value:
Value excluding VAT: 75,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Applicants submitting a bid must have the resource, capability and structure to conduct surveillance audits to a high standard at all MCA locations, taking into account the 24 hour widely dispersed nature of the MCA's operations to provide ISO 9001 certification/recertification.
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: 75,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 38
This contract is subject to renewal: Yes
Description of renewals: The MCA must have a recognised certified QMS to undertake the mandated tasks of the Flag state Directive.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The contract is for a period of three years with an eight week handover period prior to the commencement of the contract on the 1st November 2020. In addition, there will be an option to extend the contract by up to a maximum of 2 by 12 month periods.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 12/06/2020 Time: 11:00
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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 12/06/2020
Time: 11:00
Place:
MCA Southampton HQ
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The operational period of the contract is three years commencing 1st November 2020. There is provision to extend the contract by up to max of 2 yrs
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=492981113
VI.4) Procedures for review
VI.4.1) Review body:
Maritime and Coastguard Agency
Spring Place, Southampton, SO15 1EG, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Maritime and Coastguard Agency
Spring Place, Southampton, SO15 1EG, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Maritime and Coastguard Agency
Spring Place, Southampton, SO15 1EG, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 08/05/2020
Annex A