Notice Information
Notice Title
Office for Product Safety and Standards (OPSS) - Product Testing Framework
Notice Description
The Office for Product Safety and Standards (OPSS), part of the Department of Business and Trade (DBT) is developing a procurement opportunity relating to various categories of product testing to verify compliance with applicable regulations and standards. DBT intend to award an Open Framework across multiple lots. At this stage, DBT can confirm the lotting structure in detail, and the lots will cover testing under the National Regulation Enforcement Services that the Office for Product Safety and Standards are responsible for. At this stage, DBT can confirm the lotting structure in detail and that the procurement will involve lots that will cover product testing services to support our role as the UK's National Regulator. These procurements will underpin regulatory enforcement and market surveillance across the full breadth of OPSS's responsibilities. The testing requirements will cover: * Construction product testing: Including fire resistance and reaction to fire, structural integrity, thermal and acoustic performance, weather-tightness, durability, glazing, and flooring/roofing assessments. * Product safety testing: Covering a wide range of consumer goods such as electrical equipment, gas appliances, toys, furniture, personal protective equipment (PPE), batteries, pressure equipment, and similar regulated products. * Energy efficiency and noise testing: Including compliance verification for energy labelling, Ecodesign standards, and noise emissions from equipment and appliances. * Chemical, biochemical, and microbiological testing: Encompassing analysis of cosmetics, timber, textiles, jewellery, plastics, and other consumer products for restricted substances (e.g., RoHS), migration/emissions, and microbiological safety. * Cybersecurity and digital compliance testing: Addressing requirements for connected products, including assessment against Product Security and Telecommunications Infrastructure (PSTI) regulations, smart device security and compliance with relevant standards. These testing services are essential for OPSS's proactive and reactive enforcement activities, supporting consumer safety, regulatory compliance, and market confidence. Suppliers are encouraged to maintain readiness for the broad range of testing disciplines outlined above and within this notice. DBT will utilise the new Open Framework permissions permitted by The Procurement Act 2023. It is perceived that the framework will be opened at least once in the first 3 years of up to an 8-year framework. The value of the opportunity across 8 years is estimated at PS43,000,000 ex VAT. The full specification shall be provided within the tender documents, and the intention of this notice is to further inform suppliers of DBT's intention to publish this opportunity which is expected to go live in October 2025. It should be noted that DBT makes no commitment to procure these services and may decide not to progress any further following engagement with the market. DBT reserves the right to change any information contained within this notice at any time, and potential suppliers rely upon any information provided entirely at their own risk. Background The Office for Product Safety and Standards (OPSS) is part of The Department for Business and Trade (DBT) and was created in January 2018 to deliver consumer protection and to support business confidence, productivity, and growth. OPSS regulate a wide range of products with a focus on their safety and integrity. OPSS works with local, national, and international regulators, with consumer representatives and with businesses to deliver effective protections and to support compliance. OPSS' mission is to be a trusted product regulator for the UK. This means protecting people and places, enabling business to thrive and empowering consumers to make good choices. OPSS will be a leader of good regulatory practice and a champion of local regulation. OPSS is: * the national regulator for most consumer products, excluding vehicles, medicines, food, and certain other specialist categories. * the national regulator for legal metrology, ensuring weighing and measuring instruments used for trade are accurate and reliable. * the National Regulator for Construction Products (NRCP), responsible for ensuring construction products placed on the market meet regulatory requirements. * the enforcement authority for a range of product regulations on behalf of other government departments. Suppliers are strongly encouraged to read the text at the following link to gain a full understanding of the role of the enforcement services within Government: https://www.gov.uk/guidance/national-regulation-enforcement-services
Lot Information
Construction and Building Products
* Products covered by designated standards under Construction Products Regulation (CPR) (444). * Products outside of scope of Construction Products Regulation (CPR) but may fall under General Product Safety Regulation (GPSR) - Internal fire doors, cavity barriers etc. * Products covered by technical assessment under Construction Products Regulation (CPR). * Past focus has been on fire testing -Reaction and Resistance. * Current focus now includes mechanical testing (structural) and thermal efficiency. * May extend to cover other aspects -Acoustic and Chemical testing. * Dependent on the essential characteristics declared. A maximum number of 12 suppliers will be awarded a placement within Lot 1: Construction and Building Products.
Renewal: This will be an Open Framework. An Open Framework, as defined by the UK's Procurement Act 2023, allows for public sector frameworks to be refreshed, adding new suppliers and adapting to evolving markets for a maximum of eight years. Unlike traditional frameworks, which are often closed after initial entry, open frameworks mandate at least one refresh within the first three years and subsequent refreshes every five years, enabling ongoing competition and innovation.
Electrical and Electronic Products* Product examples: domestic appliances (e.g. fridges, washing machines, TVs, gas and electric cookers), Information and Communication Technology (ICT) equipment, and internet-connected consumer products as well as Li-ion Batteries. * Services include safety and compliance testing to UK Conformity Assessed UKCA/CE (e.g. Electromagnetic Compatibility (EMC), Low Voltage Directive (LVD), Radio Equipment Directive (RED), Energy efficiency (Ecodesign and Energy Efficiency Labelling), Noise emissions from outdoor equipment, smart functionality, Electric Vehicle (EV) charging battery testing and ensuring gas powered devices meet safety. * Potential future coverage with changes or new regulations: water efficiency products. A maximum number of 11 suppliers will be awarded a placement within Lot 2: Electrical and Electronic Products.
Renewal: This will be an Open Framework. An Open Framework, as defined by the UK's Procurement Act 2023, allows for public sector frameworks to be refreshed, adding new suppliers and adapting to evolving markets for a maximum of eight years. Unlike traditional frameworks, which are often closed after initial entry, open frameworks mandate at least one refresh within the first three years and subsequent refreshes every five years, enabling ongoing competition and innovation.
General Consumer Products* Product examples and services: diverse non-sector specific items, Toys (e.g. EN 71 testing, mechanical, chemical, flammability), textiles, furniture (e.g. flammability, chemical testing for textiles and foams), vapes (physical safety aspects), consumer-use Personal Protective Equipment (PPE), (e.g. buoyancy aids, helmets sunglasses). A maximum number of 10 suppliers will be awarded a placement within Lot 3: General Consumer Products.
Renewal: This will be an Open Framework. An Open Framework, as defined by the UK's Procurement Act 2023, allows for public sector frameworks to be refreshed, adding new suppliers and adapting to evolving markets for a maximum of eight years. Unlike traditional frameworks, which are often closed after initial entry, open frameworks mandate at least one refresh within the first three years and subsequent refreshes every five years, enabling ongoing competition and innovation.
Chemical, Biochemical & Microbiological Analysis (Multi-Disciplinary Testing)* Cross-cutting lot for composition, migration, and emission testing. Including, but not limited to organic, inorganic, and elemental chemical analysis using a range techniques such as X-ray, Infra-Red, Gas Chromatography (GC), Liquid Chromatography (LC), Inductively Coupled Plasma (ICP), mass spectroscopy and electron microscopy. Protein, enzyme or biological active compounds, and microbiological testing by Culture, Enzyme-Linked Immunosorbent Assay (ELISA), Polymerase Chain Reaction (PCR) or other methods. For screening, targeted analysis, identification, quantification of compounds/materials of interest in a wide range of consumer products that may include cosmetics, toys, emissions from e-cigarettes, jewellery, plastics, and polymers (this list excludes food stuffs and pharmaceuticals). A maximum number of 10 suppliers will be awarded a placement within Lot 4: Chemical, Biochemical & Microbiological Analysis (Multi-Disciplinary Testing).
Renewal: This will be an Open Framework. An Open Framework, as defined by the UK's Procurement Act 2023, allows for public sector frameworks to be refreshed, adding new suppliers and adapting to evolving markets for a maximum of eight years. Unlike traditional frameworks, which are often closed after initial entry, open frameworks mandate at least one refresh within the first three years and subsequent refreshes every five years, enabling ongoing competition and innovation.
Cybersecurity and Digital Compliance* Covers Product Security and Telecommunications Infrastructure (PSTI) on consumer connectable, Information and Communication Technology (ICT), software/firmware vulnerability and evaluation testing, cybersecurity and grid comms. * Overlap/including aspects covered as a part of Radio Equipment Directive (RED). A maximum number of 7 suppliers will be awarded a placement within Lot 5: Cybersecurity and Digital Compliance.
Renewal: This will be an Open Framework. An Open Framework, as defined by the UK's Procurement Act 2023, allows for public sector frameworks to be refreshed, adding new suppliers and adapting to evolving markets for a maximum of eight years. Unlike traditional frameworks, which are often closed after initial entry, open frameworks mandate at least one refresh within the first three years and subsequent refreshes every five years, enabling ongoing competition and innovation.
Planning Information
The Department for Business and Trade (DBT) expects to publish a tender opportunity relating to its requirement for outsourced product testing for the Office for Product Safety and Standards (OPSS). DBT intends to introduce a multi-year, multi-lot framework for the provision of various types of testing across multiple years. DBT are requesting Expressions of Interest ("EOI") pertaining to this requirement. If you have previously submitted an EOI in response to either of the below earlier notices then you do not need to submit another. The previous notices are: https://www.contractsfinder.service.gov.uk/Notice/05d542e7-e21c-4e9b-9960-c9fd71803885 https://www.find-tender.service.gov.uk/Notice/038553-2024 To submit a new EOI, please email: commercialbpo@businessandtrade.gov.uk by 30th April 2025 in order to register your interest for updates and participation in Preliminary Market Engagement events, including an introductory webinar that is expected to take place in early May. At this stage, DBT wishes to understand the size and capability of the supply market. Information that DBT gathers will be used to refine requirements to ensure they are fit for suppliers to deliver against. Meetings may also be held directly with interested participants at a future date, subject to capacity. DBT's overall intended process for Preliminary Market Engagement is (i) suppliers to submit an EOI by 30 April (if they haven’t already) (ii) PME events held with the earliest being in early May (iii) potential for individual supplier meetings and (iv) potential for interested supplies to be notified of other PME updates.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04fd09
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/069203-2025
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- UK3 - Planned Procurement Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71600000 - Technical testing, analysis and consultancy services
71621000 - Technical analysis or consultancy services
71630000 - Technical inspection and testing services
71632000 - Technical testing services
71700000 - Monitoring and control services
71730000 - Industrial inspection services
71731000 - Industrial quality control services
Notice Value(s)
- Tender Value
- £43,000,000 £10M-£100M
- Lots Value
- £43,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 29 Oct 20251 weeks ago
- Submission Deadline
- 11 Dec 20252 months to go
- Future Notice Date
- 12 Nov 20255 days to go
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 31 Mar 2030 4-5 years
- Recurrence
- 2028-10-01
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT FOR BUSINESS & TRADE
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- commercialbpo@businessandtrade.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1A 2DY
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/069203-2025
29th October 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/055008-2025
9th September 2025 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/024890-2025
22nd May 2025 - Pipeline notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/012953-2025
4th April 2025 - Preliminary market engagement notice on Find a Tender
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-04fd09-2025-10-29T08:20:00Z",
"date": "2025-10-29T08:20:00Z",
"ocid": "ocds-h6vhtk-04fd09",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PZZJ-6312-QTTD",
"name": "Department for Business & Trade",
"identifier": {
"scheme": "GB-PPON",
"id": "PZZJ-6312-QTTD"
},
"address": {
"streetAddress": "Old Admiralty Building",
"locality": "London",
"postalCode": "SW1A 2DY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"email": "Commercialbpo@businessandtrade.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthorityCentralGovernment",
"description": "Public authority - central government"
}
],
"url": "https://www.gov.uk/government/organisations/department-for-business-and-trade"
}
}
],
"buyer": {
"id": "GB-PPON-PZZJ-6312-QTTD",
"name": "Department for Business & Trade"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "The Department for Business and Trade (DBT) expects to publish a tender opportunity relating to its requirement for outsourced product testing for the Office for Product Safety and Standards (OPSS). DBT intends to introduce a multi-year, multi-lot framework for the provision of various types of testing across multiple years. DBT are requesting Expressions of Interest (\"EOI\") pertaining to this requirement. If you have previously submitted an EOI in response to either of the below earlier notices then you do not need to submit another. The previous notices are: https://www.contractsfinder.service.gov.uk/Notice/05d542e7-e21c-4e9b-9960-c9fd71803885 https://www.find-tender.service.gov.uk/Notice/038553-2024 To submit a new EOI, please email: commercialbpo@businessandtrade.gov.uk by 30th April 2025 in order to register your interest for updates and participation in Preliminary Market Engagement events, including an introductory webinar that is expected to take place in early May. At this stage, DBT wishes to understand the size and capability of the supply market. Information that DBT gathers will be used to refine requirements to ensure they are fit for suppliers to deliver against. Meetings may also be held directly with interested participants at a future date, subject to capacity. DBT's overall intended process for Preliminary Market Engagement is (i) suppliers to submit an EOI by 30 April (if they haven't already) (ii) PME events held with the earliest being in early May (iii) potential for individual supplier meetings and (iv) potential for interested supplies to be notified of other PME updates.",
"dueDate": "2025-04-30T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "012953-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/012953-2025",
"datePublished": "2025-04-04T08:33:37+01:00",
"format": "text/html"
},
{
"id": "024890-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/024890-2025",
"datePublished": "2025-05-22T13:55:50+01:00",
"format": "text/html"
},
{
"id": "055008-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/055008-2025",
"datePublished": "2025-09-09T13:21:59+01:00",
"format": "text/html"
},
{
"id": "069203-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/069203-2025",
"datePublished": "2025-10-29T08:20:00Z",
"format": "text/html"
}
]
},
"tender": {
"id": "PR_4755",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Office for Product Safety and Standards (OPSS) - Product Testing Framework",
"description": "The Office for Product Safety and Standards (OPSS), part of the Department of Business and Trade (DBT) is developing a procurement opportunity relating to various categories of product testing to verify compliance with applicable regulations and standards. DBT intend to award an Open Framework across multiple lots. At this stage, DBT can confirm the lotting structure in detail, and the lots will cover testing under the National Regulation Enforcement Services that the Office for Product Safety and Standards are responsible for. At this stage, DBT can confirm the lotting structure in detail and that the procurement will involve lots that will cover product testing services to support our role as the UK's National Regulator. These procurements will underpin regulatory enforcement and market surveillance across the full breadth of OPSS's responsibilities. The testing requirements will cover: * Construction product testing: Including fire resistance and reaction to fire, structural integrity, thermal and acoustic performance, weather-tightness, durability, glazing, and flooring/roofing assessments. * Product safety testing: Covering a wide range of consumer goods such as electrical equipment, gas appliances, toys, furniture, personal protective equipment (PPE), batteries, pressure equipment, and similar regulated products. * Energy efficiency and noise testing: Including compliance verification for energy labelling, Ecodesign standards, and noise emissions from equipment and appliances. * Chemical, biochemical, and microbiological testing: Encompassing analysis of cosmetics, timber, textiles, jewellery, plastics, and other consumer products for restricted substances (e.g., RoHS), migration/emissions, and microbiological safety. * Cybersecurity and digital compliance testing: Addressing requirements for connected products, including assessment against Product Security and Telecommunications Infrastructure (PSTI) regulations, smart device security and compliance with relevant standards. These testing services are essential for OPSS's proactive and reactive enforcement activities, supporting consumer safety, regulatory compliance, and market confidence. Suppliers are encouraged to maintain readiness for the broad range of testing disciplines outlined above and within this notice. DBT will utilise the new Open Framework permissions permitted by The Procurement Act 2023. It is perceived that the framework will be opened at least once in the first 3 years of up to an 8-year framework. The value of the opportunity across 8 years is estimated at PS43,000,000 ex VAT. The full specification shall be provided within the tender documents, and the intention of this notice is to further inform suppliers of DBT's intention to publish this opportunity which is expected to go live in October 2025. It should be noted that DBT makes no commitment to procure these services and may decide not to progress any further following engagement with the market. DBT reserves the right to change any information contained within this notice at any time, and potential suppliers rely upon any information provided entirely at their own risk. Background The Office for Product Safety and Standards (OPSS) is part of The Department for Business and Trade (DBT) and was created in January 2018 to deliver consumer protection and to support business confidence, productivity, and growth. OPSS regulate a wide range of products with a focus on their safety and integrity. OPSS works with local, national, and international regulators, with consumer representatives and with businesses to deliver effective protections and to support compliance. OPSS' mission is to be a trusted product regulator for the UK. This means protecting people and places, enabling business to thrive and empowering consumers to make good choices. OPSS will be a leader of good regulatory practice and a champion of local regulation. OPSS is: * the national regulator for most consumer products, excluding vehicles, medicines, food, and certain other specialist categories. * the national regulator for legal metrology, ensuring weighing and measuring instruments used for trade are accurate and reliable. * the National Regulator for Construction Products (NRCP), responsible for ensuring construction products placed on the market meet regulatory requirements. * the enforcement authority for a range of product regulations on behalf of other government departments. Suppliers are strongly encouraged to read the text at the following link to gain a full understanding of the role of the enforcement services within Government: https://www.gov.uk/guidance/national-regulation-enforcement-services",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
},
{
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or consultancy services"
},
{
"scheme": "CPV",
"id": "71630000",
"description": "Technical inspection and testing services"
},
{
"scheme": "CPV",
"id": "71632000",
"description": "Technical testing services"
},
{
"scheme": "CPV",
"id": "71700000",
"description": "Monitoring and control services"
},
{
"scheme": "CPV",
"id": "71730000",
"description": "Industrial inspection services"
},
{
"scheme": "CPV",
"id": "71731000",
"description": "Industrial quality control services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
},
{
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or consultancy services"
},
{
"scheme": "CPV",
"id": "71630000",
"description": "Technical inspection and testing services"
},
{
"scheme": "CPV",
"id": "71632000",
"description": "Technical testing services"
},
{
"scheme": "CPV",
"id": "71700000",
"description": "Monitoring and control services"
},
{
"scheme": "CPV",
"id": "71730000",
"description": "Industrial inspection services"
},
{
"scheme": "CPV",
"id": "71731000",
"description": "Industrial quality control services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
},
{
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or consultancy services"
},
{
"scheme": "CPV",
"id": "71630000",
"description": "Technical inspection and testing services"
},
{
"scheme": "CPV",
"id": "71632000",
"description": "Technical testing services"
},
{
"scheme": "CPV",
"id": "71700000",
"description": "Monitoring and control services"
},
{
"scheme": "CPV",
"id": "71730000",
"description": "Industrial inspection services"
},
{
"scheme": "CPV",
"id": "71731000",
"description": "Industrial quality control services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
},
{
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or consultancy services"
},
{
"scheme": "CPV",
"id": "71630000",
"description": "Technical inspection and testing services"
},
{
"scheme": "CPV",
"id": "71632000",
"description": "Technical testing services"
},
{
"scheme": "CPV",
"id": "71700000",
"description": "Monitoring and control services"
},
{
"scheme": "CPV",
"id": "71730000",
"description": "Industrial inspection services"
},
{
"scheme": "CPV",
"id": "71731000",
"description": "Industrial quality control services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
},
{
"scheme": "CPV",
"id": "71621000",
"description": "Technical analysis or consultancy services"
},
{
"scheme": "CPV",
"id": "71630000",
"description": "Technical inspection and testing services"
},
{
"scheme": "CPV",
"id": "71632000",
"description": "Technical testing services"
},
{
"scheme": "CPV",
"id": "71700000",
"description": "Monitoring and control services"
},
{
"scheme": "CPV",
"id": "71730000",
"description": "Industrial inspection services"
},
{
"scheme": "CPV",
"id": "71731000",
"description": "Industrial quality control services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "5"
}
],
"value": {
"amountGross": 51600000,
"amount": 43000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"isOpenFrameworkScheme": true,
"maximumParticipants": 50,
"method": "withAndWithoutReopeningCompetition",
"type": "closed",
"openFrameworkSchemeEndDate": "2034-03-31T23:59:59+01:00"
}
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00",
"maxExtentDate": "2034-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"status": "planned",
"title": "Construction and Building Products",
"description": "* Products covered by designated standards under Construction Products Regulation (CPR) (444). * Products outside of scope of Construction Products Regulation (CPR) but may fall under General Product Safety Regulation (GPSR) - Internal fire doors, cavity barriers etc. * Products covered by technical assessment under Construction Products Regulation (CPR). * Past focus has been on fire testing -Reaction and Resistance. * Current focus now includes mechanical testing (structural) and thermal efficiency. * May extend to cover other aspects -Acoustic and Chemical testing. * Dependent on the essential characteristics declared. A maximum number of 12 suppliers will be awarded a placement within Lot 1: Construction and Building Products.",
"value": {
"amountGross": 19200000,
"amount": 16000000,
"currency": "GBP"
},
"renewal": {
"description": "This will be an Open Framework. An Open Framework, as defined by the UK's Procurement Act 2023, allows for public sector frameworks to be refreshed, adding new suppliers and adapting to evolving markets for a maximum of eight years. Unlike traditional frameworks, which are often closed after initial entry, open frameworks mandate at least one refresh within the first three years and subsequent refreshes every five years, enabling ongoing competition and innovation."
}
},
{
"id": "2",
"title": "Electrical and Electronic Products",
"description": "* Product examples: domestic appliances (e.g. fridges, washing machines, TVs, gas and electric cookers), Information and Communication Technology (ICT) equipment, and internet-connected consumer products as well as Li-ion Batteries. * Services include safety and compliance testing to UK Conformity Assessed UKCA/CE (e.g. Electromagnetic Compatibility (EMC), Low Voltage Directive (LVD), Radio Equipment Directive (RED), Energy efficiency (Ecodesign and Energy Efficiency Labelling), Noise emissions from outdoor equipment, smart functionality, Electric Vehicle (EV) charging battery testing and ensuring gas powered devices meet safety. * Potential future coverage with changes or new regulations: water efficiency products. A maximum number of 11 suppliers will be awarded a placement within Lot 2: Electrical and Electronic Products.",
"status": "planned",
"value": {
"amountGross": 13000000,
"amount": 11000000,
"currency": "GBP"
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00",
"maxExtentDate": "2034-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "This will be an Open Framework. An Open Framework, as defined by the UK's Procurement Act 2023, allows for public sector frameworks to be refreshed, adding new suppliers and adapting to evolving markets for a maximum of eight years. Unlike traditional frameworks, which are often closed after initial entry, open frameworks mandate at least one refresh within the first three years and subsequent refreshes every five years, enabling ongoing competition and innovation."
}
},
{
"id": "3",
"title": "General Consumer Products",
"description": "* Product examples and services: diverse non-sector specific items, Toys (e.g. EN 71 testing, mechanical, chemical, flammability), textiles, furniture (e.g. flammability, chemical testing for textiles and foams), vapes (physical safety aspects), consumer-use Personal Protective Equipment (PPE), (e.g. buoyancy aids, helmets sunglasses). A maximum number of 10 suppliers will be awarded a placement within Lot 3: General Consumer Products.",
"status": "planned",
"value": {
"amountGross": 8400000,
"amount": 7000000,
"currency": "GBP"
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00",
"maxExtentDate": "2034-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "This will be an Open Framework. An Open Framework, as defined by the UK's Procurement Act 2023, allows for public sector frameworks to be refreshed, adding new suppliers and adapting to evolving markets for a maximum of eight years. Unlike traditional frameworks, which are often closed after initial entry, open frameworks mandate at least one refresh within the first three years and subsequent refreshes every five years, enabling ongoing competition and innovation."
}
},
{
"id": "4",
"title": "Chemical, Biochemical & Microbiological Analysis (Multi-Disciplinary Testing)",
"description": "* Cross-cutting lot for composition, migration, and emission testing. Including, but not limited to organic, inorganic, and elemental chemical analysis using a range techniques such as X-ray, Infra-Red, Gas Chromatography (GC), Liquid Chromatography (LC), Inductively Coupled Plasma (ICP), mass spectroscopy and electron microscopy. Protein, enzyme or biological active compounds, and microbiological testing by Culture, Enzyme-Linked Immunosorbent Assay (ELISA), Polymerase Chain Reaction (PCR) or other methods. For screening, targeted analysis, identification, quantification of compounds/materials of interest in a wide range of consumer products that may include cosmetics, toys, emissions from e-cigarettes, jewellery, plastics, and polymers (this list excludes food stuffs and pharmaceuticals). A maximum number of 10 suppliers will be awarded a placement within Lot 4: Chemical, Biochemical & Microbiological Analysis (Multi-Disciplinary Testing).",
"status": "planned",
"value": {
"amountGross": 6000000,
"amount": 5000000,
"currency": "GBP"
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00",
"maxExtentDate": "2034-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "This will be an Open Framework. An Open Framework, as defined by the UK's Procurement Act 2023, allows for public sector frameworks to be refreshed, adding new suppliers and adapting to evolving markets for a maximum of eight years. Unlike traditional frameworks, which are often closed after initial entry, open frameworks mandate at least one refresh within the first three years and subsequent refreshes every five years, enabling ongoing competition and innovation."
}
},
{
"id": "5",
"title": "Cybersecurity and Digital Compliance",
"description": "* Covers Product Security and Telecommunications Infrastructure (PSTI) on consumer connectable, Information and Communication Technology (ICT), software/firmware vulnerability and evaluation testing, cybersecurity and grid comms. * Overlap/including aspects covered as a part of Radio Equipment Directive (RED). A maximum number of 7 suppliers will be awarded a placement within Lot 5: Cybersecurity and Digital Compliance.",
"status": "planned",
"value": {
"amountGross": 4800000,
"amount": 4000000,
"currency": "GBP"
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2030-03-31T23:59:59+01:00",
"maxExtentDate": "2034-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "This will be an Open Framework. An Open Framework, as defined by the UK's Procurement Act 2023, allows for public sector frameworks to be refreshed, adding new suppliers and adapting to evolving markets for a maximum of eight years. Unlike traditional frameworks, which are often closed after initial entry, open frameworks mandate at least one refresh within the first three years and subsequent refreshes every five years, enabling ongoing competition and innovation."
}
}
],
"communication": {
"futureNoticeDate": "2025-11-12T23:59:59+00:00"
},
"status": "planned",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"submissionMethodDetails": "https://uktrade.app.jaggaer.com/web/login.html",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-12-11T13:00:00+00:00"
},
"enquiryPeriod": {
"endDate": "2025-11-26T13:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-02-16T23:59:59+00:00"
},
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2028-10-01T23:59:59+01:00"
}
]
},
"amendments": [
{
"id": "069203-2025",
"description": "This updated UK3 Planned Procurement Notice is being published to reflect a revised planned publication date of 12th November 2025. All estimated timescales have been updated to reflect this date. There have been no further amendments to the original UK3 notice."
}
]
},
"language": "en"
}