Award

CR20082 - Methodology for a value-for-money assessment of OPSS activity by measuring consumer and business detriment avoided from removal of unsafe and non compliant goods from the UK market

UK SHARED BUSINESS SERVICES LIMITED

This public procurement record has 1 release in its history.

Award

14 Apr 2021 at 08:38

Summary of the contracting process

The public procurement process was conducted by UK Shared Business Services Limited for the project titled "CR20082 - Methodology for a value-for-money assessment of OPSS activity by measuring consumer and business detriment avoided from removal of unsafe and non-compliant goods from the UK market." This project falls under the research services category and is located in Swindon, England. The procurement method used was selective, executed as a call-off from a dynamic purchasing system, with the contracting process reaching the award stage. The contract period commenced on 9th November 2020 and concluded on 7th May 2021, with an award issued on 14th April 2021 for a total value of £78,213.15.

This tender presents significant opportunities for businesses specialising in research services, particularly those that can offer methodologies or tools for assessing product safety and compliance in the UK market. Companies with expertise in consumer protection assessment, data analysis, and regulatory compliance would be well-positioned to compete in future tenders of this nature. Additionally, small and medium-sized enterprises (SMEs) targeting the public sector can leverage this opportunity to establish or expand their presence in the realm of government contracts.

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

CR20082 - Methodology for a value-for-money assessment of OPSS activity by measuring consumer and business detriment avoided from removal of unsafe and non compliant goods from the UK market

Notice Description

**THIS IS NOT A CALL FOR COMPETITION** This was awarded under Crown Commercial Services Research Marketplace Dynamic Purchasing System RM6018. Background: The Office for Product Safety and Standards (OPSS) was created in January 2018 by the Department for Business, Energy and Industrial Strategy (BEIS). Responsibilities of The Office include: a. Giving detailed advice on the interpretation of safety related regulations and sits on many standards making committees. b. Responding to incidents where the safety of a consumer product is called into question. c. Offering policy advice to HMG on product safety issues. d. Enforcement of a wide range of other product standards and regulations, including Waste Electrical and Electronic Equipment (WEEE), Restriction of Hazardous Substances (RoHS), Ivory and Conflict Mineral regulations. e. Support of businesses through an expanded "Primary Authority" scheme to act as a single point of information for a wide variety of regulations impacting business. f. The work of the former national Measurement Organisation is also within the Office, which brings a world class test and measurement capability. Deliverables The Consultant will be expected to submit the following deliverables: * A final report, containing: o A discussion of their research along the four parts of the Suggested Methodology (above). o A robust methodology for assessing consumer and business detriment tackled by the Ports and Borders programme. o (if required) assumptions needed to make the model function in the absence of complete data. It is our intention to publish the final report. * An interim report, covering initial findings under the same headings as those in the final report. * A presentation to OPSS colleagues of findings, targeted at a non-technical audience. * A bespoke quantitative estimation model which adopts the methodology contained in the final report. This model should: o be built in Microsoft Excel, o subscribe to spreadsheet modelling best practice, o have minimal sections locked down for editing o contain instructions on refreshing the data inputs for OPSS analysts to update when necessary.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-b919a908-5855-45b2-8ec1-562d32d39f0b
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/0ee945c6-d031-43f7-b0e4-75aa9c57d65d
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Dynamic
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Call-off from a dynamic purchasing system
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73110000 - Research services

Notice Value(s)

Tender Value
£80,000 Under £100K
Lots Value
Not specified
Awards Value
£78,213 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
14 Apr 20214 years ago
Submission Deadline
24 Aug 2020Expired
Future Notice Date
Not specified
Award Date
13 Apr 20205 years ago
Contract Period
9 Nov 2020 - 7 May 2021 1-6 months
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
UK SHARED BUSINESS SERVICES LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
SWINDON
Postcode
SN2 1FF
Post Town
Swindon
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK71 Swindon
Delivery Location
Not specified

Local Authority
Swindon
Electoral Ward
Rodbourne Cheney
Westminster Constituency
Swindon North

Supplier Information

Number of Suppliers
1
Supplier Name

LONDON ECONOMICS

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-b5fd17-b919a908-5855-45b2-8ec1-562d32d39f0b-2021-04-14T09:38:59+01:00",
    "date": "2021-04-14T09:38:59+01:00",
    "ocid": "ocds-b5fd17-b919a908-5855-45b2-8ec1-562d32d39f0b",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CR20082",
        "title": "CR20082 - Methodology for a value-for-money assessment of OPSS activity by measuring consumer and business detriment avoided from removal of unsafe and non compliant goods from the UK market",
        "description": "**THIS IS NOT A CALL FOR COMPETITION** This was awarded under Crown Commercial Services Research Marketplace Dynamic Purchasing System RM6018. Background: The Office for Product Safety and Standards (OPSS) was created in January 2018 by the Department for Business, Energy and Industrial Strategy (BEIS). Responsibilities of The Office include: a. Giving detailed advice on the interpretation of safety related regulations and sits on many standards making committees. b. Responding to incidents where the safety of a consumer product is called into question. c. Offering policy advice to HMG on product safety issues. d. Enforcement of a wide range of other product standards and regulations, including Waste Electrical and Electronic Equipment (WEEE), Restriction of Hazardous Substances (RoHS), Ivory and Conflict Mineral regulations. e. Support of businesses through an expanded \"Primary Authority\" scheme to act as a single point of information for a wide variety of regulations impacting business. f. The work of the former national Measurement Organisation is also within the Office, which brings a world class test and measurement capability. Deliverables The Consultant will be expected to submit the following deliverables: * A final report, containing: o A discussion of their research along the four parts of the Suggested Methodology (above). o A robust methodology for assessing consumer and business detriment tackled by the Ports and Borders programme. o (if required) assumptions needed to make the model function in the absence of complete data. It is our intention to publish the final report. * An interim report, covering initial findings under the same headings as those in the final report. * A presentation to OPSS colleagues of findings, targeted at a non-technical audience. * A bespoke quantitative estimation model which adopts the methodology contained in the final report. This model should: o be built in Microsoft Excel, o subscribe to spreadsheet modelling best practice, o have minimal sections locked down for editing o contain instructions on refreshing the data inputs for OPSS analysts to update when necessary.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "73110000",
            "description": "Research services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SW1H 0ET"
                    }
                ]
            }
        ],
        "value": {
            "amount": 80000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a dynamic purchasing system",
        "tenderPeriod": {
            "endDate": "2020-08-24T11:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2020-11-09T00:00:00Z",
            "endDate": "2021-05-07T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/dXGP288m",
            "name": "UK SHARED BUSINESS SERVICES LIMITED",
            "identifier": {
                "legalName": "UK SHARED BUSINESS SERVICES LIMITED",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/dXGP288m"
            },
            "address": {
                "streetAddress": "Polaris House, North Star Avenue",
                "locality": "SWINDON",
                "postalCode": "SN21FF",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Research",
                "email": "Research@uksbs.co.uk",
                "telephone": "01793867000"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-COH-04083204",
            "name": "LONDON ECONOMICS LIMITED",
            "identifier": {
                "legalName": "LONDON ECONOMICS LIMITED",
                "scheme": "GB-COH",
                "id": "04083204"
            },
            "address": {
                "streetAddress": "Somerset House,Strand LONDON WC2R 1LA GB"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/dXGP288m",
        "name": "UK SHARED BUSINESS SERVICES LIMITED"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-b919a908-5855-45b2-8ec1-562d32d39f0b-1",
            "status": "active",
            "date": "2020-04-14T00:00:00+01:00",
            "datePublished": "2021-04-14T09:38:59+01:00",
            "value": {
                "amount": 78213.15,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-04083204",
                    "name": "LONDON ECONOMICS LIMITED"
                }
            ],
            "contractPeriod": {
                "startDate": "2020-11-09T00:00:00Z",
                "endDate": "2021-05-07T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/0ee945c6-d031-43f7-b0e4-75aa9c57d65d",
                    "datePublished": "2021-04-14T09:38:59+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "contractSigned",
                    "description": "Contract Terms",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/SupplierAttachment/ccf78666-b0a4-48c9-bd4b-270a7c61d670",
                    "format": "application/pdf"
                },
                {
                    "id": "3",
                    "documentType": "contractSigned",
                    "description": "Letter of Appointment",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/SupplierAttachment/1d9cbca2-1b4c-4fe8-b1a0-b4378c4b8e72",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}