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 for Business and Trade (DBT) has developed 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. DBT can confirm the lotting structure in detail, and that the lots will cover testing under the National Regulation Enforcement Services that the Office for Product Safety and Standards are responsible for. DBT confirms that procurement will involve lots that will cover product testing services to support OPSS' role as the UK's National Regulator. This procurement 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. The testing services covered under these lots 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. The Open Framework Scheme 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 is provided within the tender documents, and the intention of this notice is to inform suppliers that the opportunity is now live. 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. Framework lot values may be shared with other Lots
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. Framework lot values may be shared with other Lots
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. Framework lot values may be shared with other Lots
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). Framework lot values may be shared with other Lots
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. Framework lot values may be shared with other Lots
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/073308-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender 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
71700000 - Monitoring and 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
- 12 Nov 20253 weeks ago
- Submission Deadline
- 11 Dec 20254 days to go
- Future Notice Date
- 12 Nov 2025Expired
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 31 Mar 2029 3-4 years
- Recurrence
- 2028-10-01
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- 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/073308-2025
12th November 2025 - Tender notice on Find a Tender -
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-04fd09-2025-11-12T16:29:54Z",
"date": "2025-11-12T16:29:54Z",
"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 for Business and Trade (DBT) has developed 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. DBT can confirm the lotting structure in detail, and that the lots will cover testing under the National Regulation Enforcement Services that the Office for Product Safety and Standards are responsible for. DBT confirms that procurement will involve lots that will cover product testing services to support OPSS' role as the UK's National Regulator. This procurement 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. The testing services covered under these lots 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. The Open Framework Scheme 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 is provided within the tender documents, and the intention of this notice is to inform suppliers that the opportunity is now live. 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": "71700000",
"description": "Monitoring and control services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"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": "71700000",
"description": "Monitoring and 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": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
},
{
"scheme": "CPV",
"id": "71700000",
"description": "Monitoring and 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": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
},
{
"scheme": "CPV",
"id": "71700000",
"description": "Monitoring and 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": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
},
{
"scheme": "CPV",
"id": "71700000",
"description": "Monitoring and 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": "5"
}
],
"value": {
"amountGross": 51600000,
"amount": 43000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"isOpenFrameworkScheme": true,
"maximumParticipants": 50,
"method": "withAndWithoutReopeningCompetition",
"type": "open",
"openFrameworkSchemeEndDate": "2034-03-31T23:59:59+01:00",
"buyerCategories": "This Framework Agreement is intended primarily for use by the Department for Business and Trade and is open to use by other Contracting Authorities in the United Kingdom.",
"description": "Refer to Framework Schedule 7 (Call-Off Award Procedure) for details of the selection processes for the award of Contracts under this Framework.",
"buyerLocationRestrictions": [
{
"gazetteer": {
"scheme": "GB-ITL",
"identifiers": [
"UK"
]
}
}
]
}
},
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2034-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"status": "active",
"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. Framework lot values may be shared with other Lots",
"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."
},
"awardCriteria": {
"weightingDescription": "The Authority will be evaluating tender responses using the Price Per Quality Point (PQP) method. Final Scores will be determined using the PQP methodology as set out in the Tender Documents.",
"criteria": [
{
"type": "quality",
"name": "Technical Assessment"
},
{
"type": "quality",
"name": "Social Value"
},
{
"type": "price",
"name": "Commercial Assessment"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Suppliers are required to meet the minimum financial standards set out in the PSQ (Appendix F) in the Invitation to Tender document (ITT). They must self-certify their ability to meet these standards in response to sub-question 15.b or 15.c, and confirm they can provide any information required under sub-question 15.d. The Authority may verify a Supplier's ability to meet the financial standards it has self-certified at any point in the Procurement. The Authority may require the Supplier to confirm that the information contained within the relevant Core Supplier Information is accurate and up to date and to submit any other information required under sub-question 15.d. Where such information is insufficient, the Authority may request additional information. If the Authority determines that the Supplier does not meet the minimum financial standards set out in sub-question 15.c, or the Supplier fails to provide sufficient information, the Supplier may be excluded from further participation in the Procurement. Associated Suppliers Suppliers may rely on an associated supplier to meet the minimum financial standards. If this is the case, suppliers must provide more detail as as set in Q15.a of the PSQ in the ITT. Minimum Credit Ratings Suppliers or any Associated Supplier must meet one or more of the minimum credit ratings. Please refer to Q15.b of the PSQ in the ITT. Financial Indicators If credit ratings are not met, suppliers must self-certify that they or any Associated Supplier meet at least two of the three financial indicators. Please refer to Q15.c of the PSQ in the ITT. Core Supplier Information Suppliers must confirm that their Core Supplier Information is accurate and up to date, and be prepared to provide it if requested. Please refer to Q15.d of the PSQ in the ITT. Insurance Suppliers must confirm whether they already have or can commit to obtain, prior to award of the contract, the level of insurance cover indicated in Q17 of the PSQ in the ITT. Legal Capacity Suppliers must confirm that they have, or will have by the time of Contract award, the necessary human and technical resources to ensure compliance with the UK General Data Protection Regulation and to protect the rights of data subjects. Please refer to Q19 of the PSQ in the ITT."
},
{
"type": "technical",
"description": "As part of the procurement process, suppliers are required to provide detailed responses to several compliance and governance-related questions in the PSQ (Appendix F) of the ITT. These questions assess the supplier's ability to manage subcontractors, identify and mitigate conflicts of interest, meet cybersecurity standards, and declare any procurement-related conflicts. Responses must be complete and accurate, and in some cases, failure to respond or provide sufficient information may result in exclusion from further participation in the procurement. Suppliers must demonstrate experience of sub-contractor management where they intend to sub-contract a proportion of the relevant Contract. This includes how they have previously maintained healthy supply chains and the procedures used to ensure performance. Please refer to Q22 of the PSQ in the ITT. Suppliers must confirm that they are accredited to ISO17025 (or equivalent). Please refer to Q23 of the PSQ in the ITT. Suppliers must confirm whether they, any Associated Person or Intended Subcontractor have an actual, perceived or potential Procurement Conflict of Interest with the Authority or its advisers. Please refer to Q26 of the PSQ in the ITT. If there is a conflict of interest, they must submit a conflict of interest statement including a description of the conflict, roles and responsibilities, separation measures, access controls, confidentiality agreements, audit rights, standards for integrity, and any other relevant information. Please refer to Q27 of the PSQ in the ITT. Suppliers must confirm that they and any Intended Subcontractor have Cyber Essentials certification (or equivalent), or evidence that certification will be achieved prior to Contract commencement. Please refer to Q43 of the PSQ in the ITT."
}
]
}
},
{
"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. Framework lot values may be shared with other Lots",
"status": "active",
"value": {
"amountGross": 13000000,
"amount": 11000000,
"currency": "GBP"
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+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."
},
"awardCriteria": {
"weightingDescription": "The Authority will be evaluating tender responses using the Price Per Quality Point (PQP) method. Final Scores will be determined using the PQP methodology as set out in the Tender Documents.",
"criteria": [
{
"type": "quality",
"name": "Technical Assessment"
},
{
"type": "quality",
"name": "Social Value"
},
{
"type": "price",
"name": "Commercial Assessment"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Suppliers are required to meet the minimum financial standards set out in the PSQ (Appendix F) in the Invitation to Tender document (ITT). They must self-certify their ability to meet these standards in response to sub-question 15.b or 15.c, and confirm they can provide any information required under sub-question 15.d. The Authority may verify a Supplier's ability to meet the financial standards it has self-certified at any point in the Procurement. The Authority may require the Supplier to confirm that the information contained within the relevant Core Supplier Information is accurate and up to date and to submit any other information required under sub-question 15.d. Where such information is insufficient, the Authority may request additional information. If the Authority determines that the Supplier does not meet the minimum financial standards set out in sub-question 15.c, or the Supplier fails to provide sufficient information, the Supplier may be excluded from further participation in the Procurement. Associated Suppliers Suppliers may rely on an associated supplier to meet the minimum financial standards. If this is the case, suppliers must provide more detail as as set in Q15.a of the PSQ in the ITT. Minimum Credit Ratings Suppliers or any Associated Supplier must meet one or more of the minimum credit ratings. Please refer to Q15.b of the PSQ in the ITT. Financial Indicators If credit ratings are not met, suppliers must self-certify that they or any Associated Supplier meet at least two of the three financial indicators. Please refer to Q15.c of the PSQ in the ITT. Core Supplier Information Suppliers must confirm that their Core Supplier Information is accurate and up to date, and be prepared to provide it if requested. Please refer to Q15.d of the PSQ in the ITT. Insurance Suppliers must confirm whether they already have or can commit to obtain, prior to award of the contract, the level of insurance cover indicated in Q17 of the PSQ in the ITT. Legal Capacity Suppliers must confirm that they have, or will have by the time of Contract award, the necessary human and technical resources to ensure compliance with the UK General Data Protection Regulation and to protect the rights of data subjects. Please refer to Q19 of the PSQ in the ITT."
},
{
"type": "technical",
"description": "As part of the procurement process, suppliers are required to provide detailed responses to several compliance and governance-related questions in the PSQ (Appendix F) of the ITT. These questions assess the supplier's ability to manage subcontractors, identify and mitigate conflicts of interest, meet cybersecurity standards, and declare any procurement-related conflicts. Responses must be complete and accurate, and in some cases, failure to respond or provide sufficient information may result in exclusion from further participation in the procurement. Suppliers must demonstrate experience of sub-contractor management where they intend to sub-contract a proportion of the relevant Contract. This includes how they have previously maintained healthy supply chains and the procedures used to ensure performance. Please refer to Q22 of the PSQ in the ITT. Suppliers must confirm that they are accredited to ISO17025 (or equivalent). Please refer to Q23 of the PSQ in the ITT. Suppliers must confirm whether they, any Associated Person or Intended Subcontractor have an actual, perceived or potential Procurement Conflict of Interest with the Authority or its advisers. Please refer to Q26 of the PSQ in the ITT. If there is a conflict of interest, they must submit a conflict of interest statement including a description of the conflict, roles and responsibilities, separation measures, access controls, confidentiality agreements, audit rights, standards for integrity, and any other relevant information. Please refer to Q27 of the PSQ in the ITT. Suppliers must confirm that they and any Intended Subcontractor have Cyber Essentials certification (or equivalent), or evidence that certification will be achieved prior to Contract commencement. Please refer to Q43 of the PSQ in the ITT."
}
]
}
},
{
"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. Framework lot values may be shared with other Lots",
"status": "active",
"value": {
"amountGross": 8400000,
"amount": 7000000,
"currency": "GBP"
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+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."
},
"awardCriteria": {
"weightingDescription": "The Authority will be evaluating tender responses using the Price Per Quality Point (PQP) method. Final Scores will be determined using the PQP methodology as set out in the Tender Documents.",
"criteria": [
{
"type": "quality",
"name": "Technical Assessment"
},
{
"type": "quality",
"name": "Social Value"
},
{
"type": "price",
"name": "Commercial Assessment"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Suppliers are required to meet the minimum financial standards set out in the PSQ (Appendix F) in the Invitation to Tender document (ITT). They must self-certify their ability to meet these standards in response to sub-question 15.b or 15.c, and confirm they can provide any information required under sub-question 15.d. The Authority may verify a Supplier's ability to meet the financial standards it has self-certified at any point in the Procurement. The Authority may require the Supplier to confirm that the information contained within the relevant Core Supplier Information is accurate and up to date and to submit any other information required under sub-question 15.d. Where such information is insufficient, the Authority may request additional information. If the Authority determines that the Supplier does not meet the minimum financial standards set out in sub-question 15.c, or the Supplier fails to provide sufficient information, the Supplier may be excluded from further participation in the Procurement. Associated Suppliers Suppliers may rely on an associated supplier to meet the minimum financial standards. If this is the case, suppliers must provide more detail as as set in Q15.a of the PSQ in the ITT. Minimum Credit Ratings Suppliers or any Associated Supplier must meet one or more of the minimum credit ratings. Please refer to Q15.b of the PSQ in the ITT. Financial Indicators If credit ratings are not met, suppliers must self-certify that they or any Associated Supplier meet at least two of the three financial indicators. Please refer to Q15.c of the PSQ in the ITT. Core Supplier Information Suppliers must confirm that their Core Supplier Information is accurate and up to date, and be prepared to provide it if requested. Please refer to Q15.d of the PSQ in the ITT. Insurance Suppliers must confirm whether they already have or can commit to obtain, prior to award of the contract, the level of insurance cover indicated in Q17 of the PSQ in the ITT. Legal Capacity Suppliers must confirm that they have, or will have by the time of Contract award, the necessary human and technical resources to ensure compliance with the UK General Data Protection Regulation and to protect the rights of data subjects. Please refer to Q19 of the PSQ in the ITT."
},
{
"type": "technical",
"description": "As part of the procurement process, suppliers are required to provide detailed responses to several compliance and governance-related questions in the PSQ (Appendix F) of the ITT. These questions assess the supplier's ability to manage subcontractors, identify and mitigate conflicts of interest, meet cybersecurity standards, and declare any procurement-related conflicts. Responses must be complete and accurate, and in some cases, failure to respond or provide sufficient information may result in exclusion from further participation in the procurement. Suppliers must demonstrate experience of sub-contractor management where they intend to sub-contract a proportion of the relevant Contract. This includes how they have previously maintained healthy supply chains and the procedures used to ensure performance. Please refer to Q22 of the PSQ in the ITT. Suppliers must confirm that they are accredited to ISO17025 (or equivalent). Please refer to Q23 of the PSQ in the ITT. Suppliers must confirm whether they, any Associated Person or Intended Subcontractor have an actual, perceived or potential Procurement Conflict of Interest with the Authority or its advisers. Please refer to Q26 of the PSQ in the ITT. If there is a conflict of interest, they must submit a conflict of interest statement including a description of the conflict, roles and responsibilities, separation measures, access controls, confidentiality agreements, audit rights, standards for integrity, and any other relevant information. Please refer to Q27 of the PSQ in the ITT. Suppliers must confirm that they and any Intended Subcontractor have Cyber Essentials certification (or equivalent), or evidence that certification will be achieved prior to Contract commencement. Please refer to Q43 of the PSQ in the ITT."
}
]
}
},
{
"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). Framework lot values may be shared with other Lots",
"status": "active",
"value": {
"amountGross": 6000000,
"amount": 5000000,
"currency": "GBP"
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+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."
},
"awardCriteria": {
"weightingDescription": "The Authority will be evaluating tender responses using the Price Per Quality Point (PQP) method. Final Scores will be determined using the PQP methodology as set out in the Tender Documents.",
"criteria": [
{
"type": "quality",
"name": "Technical Assessment"
},
{
"type": "quality",
"name": "Social Value"
},
{
"type": "price",
"name": "Commercial Assessment"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Suppliers are required to meet the minimum financial standards set out in the PSQ (Appendix F) in the Invitation to Tender document (ITT). They must self-certify their ability to meet these standards in response to sub-question 15.b or 15.c, and confirm they can provide any information required under sub-question 15.d. The Authority may verify a Supplier's ability to meet the financial standards it has self-certified at any point in the Procurement. The Authority may require the Supplier to confirm that the information contained within the relevant Core Supplier Information is accurate and up to date and to submit any other information required under sub-question 15.d. Where such information is insufficient, the Authority may request additional information. If the Authority determines that the Supplier does not meet the minimum financial standards set out in sub-question 15.c, or the Supplier fails to provide sufficient information, the Supplier may be excluded from further participation in the Procurement. Associated Suppliers Suppliers may rely on an associated supplier to meet the minimum financial standards. If this is the case, suppliers must provide more detail as as set in Q15.a of the PSQ in the ITT. Minimum Credit Ratings Suppliers or any Associated Supplier must meet one or more of the minimum credit ratings. Please refer to Q15.b of the PSQ in the ITT. Financial Indicators If credit ratings are not met, suppliers must self-certify that they or any Associated Supplier meet at least two of the three financial indicators. Please refer to Q15.c of the PSQ in the ITT. Core Supplier Information Suppliers must confirm that their Core Supplier Information is accurate and up to date, and be prepared to provide it if requested. Please refer to Q15.d of the PSQ in the ITT. Insurance Suppliers must confirm whether they already have or can commit to obtain, prior to award of the contract, the level of insurance cover indicated in Q17 of the PSQ in the ITT. Legal Capacity Suppliers must confirm that they have, or will have by the time of Contract award, the necessary human and technical resources to ensure compliance with the UK General Data Protection Regulation and to protect the rights of data subjects. Please refer to Q19 of the PSQ in the ITT."
},
{
"type": "technical",
"description": "As part of the procurement process, suppliers are required to provide detailed responses to several compliance and governance-related questions in the PSQ (Appendix F) of the ITT. These questions assess the supplier's ability to manage subcontractors, identify and mitigate conflicts of interest, meet cybersecurity standards, and declare any procurement-related conflicts. Responses must be complete and accurate, and in some cases, failure to respond or provide sufficient information may result in exclusion from further participation in the procurement. Suppliers must demonstrate experience of sub-contractor management where they intend to sub-contract a proportion of the relevant Contract. This includes how they have previously maintained healthy supply chains and the procedures used to ensure performance. Please refer to Q22 of the PSQ in the ITT. Suppliers must confirm that they are accredited to ISO17025 (or equivalent). Please refer to Q23 of the PSQ in the ITT. Suppliers must confirm whether they, any Associated Person or Intended Subcontractor have an actual, perceived or potential Procurement Conflict of Interest with the Authority or its advisers. Please refer to Q26 of the PSQ in the ITT. If there is a conflict of interest, they must submit a conflict of interest statement including a description of the conflict, roles and responsibilities, separation measures, access controls, confidentiality agreements, audit rights, standards for integrity, and any other relevant information. Please refer to Q27 of the PSQ in the ITT. Suppliers must confirm that they and any Intended Subcontractor have Cyber Essentials certification (or equivalent), or evidence that certification will be achieved prior to Contract commencement. Please refer to Q43 of the PSQ in the ITT."
}
]
}
},
{
"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. Framework lot values may be shared with other Lots",
"status": "active",
"value": {
"amountGross": 4800000,
"amount": 4000000,
"currency": "GBP"
},
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+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."
},
"awardCriteria": {
"weightingDescription": "The Authority will be evaluating tender responses using the Price Per Quality Point (PQP) method. Final Scores will be determined using the PQP methodology as set out in the Tender Documents.",
"criteria": [
{
"type": "quality",
"name": "Technical Assessment"
},
{
"type": "quality",
"name": "Social Value"
},
{
"type": "price",
"name": "Commercial Assessment"
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Suppliers are required to meet the minimum financial standards set out in the PSQ (Appendix F) in the Invitation to Tender document (ITT). They must self-certify their ability to meet these standards in response to sub-question 15.b or 15.c, and confirm they can provide any information required under sub-question 15.d. The Authority may verify a Supplier's ability to meet the financial standards it has self-certified at any point in the Procurement. The Authority may require the Supplier to confirm that the information contained within the relevant Core Supplier Information is accurate and up to date and to submit any other information required under sub-question 15.d. Where such information is insufficient, the Authority may request additional information. If the Authority determines that the Supplier does not meet the minimum financial standards set out in sub-question 15.c, or the Supplier fails to provide sufficient information, the Supplier may be excluded from further participation in the Procurement. Associated Suppliers Suppliers may rely on an associated supplier to meet the minimum financial standards. If this is the case, suppliers must provide more detail as as set in Q15.a of the PSQ in the ITT. Minimum Credit Ratings Suppliers or any Associated Supplier must meet one or more of the minimum credit ratings. Please refer to Q15.b of the PSQ in the ITT. Financial Indicators If credit ratings are not met, suppliers must self-certify that they or any Associated Supplier meet at least two of the three financial indicators. Please refer to Q15.c of the PSQ in the ITT. Core Supplier Information Suppliers must confirm that their Core Supplier Information is accurate and up to date, and be prepared to provide it if requested. Please refer to Q15.d of the PSQ in the ITT. Insurance Suppliers must confirm whether they already have or can commit to obtain, prior to award of the contract, the level of insurance cover indicated in Q17 of the PSQ in the ITT. Legal Capacity Suppliers must confirm that they have, or will have by the time of Contract award, the necessary human and technical resources to ensure compliance with the UK General Data Protection Regulation and to protect the rights of data subjects. Please refer to Q19 of the PSQ in the ITT."
},
{
"type": "technical",
"description": "As part of the procurement process, suppliers are required to provide detailed responses to several compliance and governance-related questions in the PSQ (Appendix F) of the ITT. These questions assess the supplier's ability to manage subcontractors, identify and mitigate conflicts of interest, meet cybersecurity standards, and declare any procurement-related conflicts. Responses must be complete and accurate, and in some cases, failure to respond or provide sufficient information may result in exclusion from further participation in the procurement. Suppliers must demonstrate experience of sub-contractor management where they intend to sub-contract a proportion of the relevant Contract. This includes how they have previously maintained healthy supply chains and the procedures used to ensure performance. Please refer to Q22 of the PSQ in the ITT. Suppliers must confirm that they are accredited to UKAS ISO/IEC 17025:2017, CREST or NCSC-Assured Services accreditation (or equivalent). Please refer to Q23 of the PSQ in the ITT. Suppliers must confirm whether they, any Associated Person or Intended Subcontractor have an actual, perceived or potential Procurement Conflict of Interest with the Authority or its advisers. Please refer to Q26 of the PSQ in the ITT. If there is a conflict of interest, they must submit a conflict of interest statement including a description of the conflict, roles and responsibilities, separation measures, access controls, confidentiality agreements, audit rights, standards for integrity, and any other relevant information. Please refer to Q27 of the PSQ in the ITT. Suppliers must confirm that they and any Intended Subcontractor have Cyber Essentials Plus certification (or equivalent), or evidence that certification will be achieved prior to Contract commencement. Please refer to Q43 of the PSQ in the ITT."
}
]
}
}
],
"communication": {
"futureNoticeDate": "2025-11-12T23:59:59+00:00"
},
"status": "active",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"submissionMethodDetails": "All tenders must be submitted via the Authority's chosen e-tendering system. The chosen e-tendering system is Jaggaer, which can be accessed here: https://uktrade.app.jaggaer.com/web/login.html Once registered, you should be able to search for the opportunity, either by title, or using the project reference PR_4755/itt_992.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-12-11T13:00:00Z"
},
"enquiryPeriod": {
"endDate": "2025-11-26T13:00:00Z"
},
"awardPeriod": {
"endDate": "2026-02-16T23:59:59Z"
},
"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."
}
],
"lotDetails": {
"awardCriteriaDetails": "There is no maximum number of Lots a Supplier can bid for and there is no maximum number of Lots a Supplier can be awarded to. In the event that there is a challenge to the Competition and such a challenge is confined to any one particular Lot, the Authority reserves the right to the extent that it is lawful to do so, to conclude a Framework Contract with the successful Suppliers in respect of the Lot(s) that has (have) not been so challenged."
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "A-7748",
"documentType": "biddingDocuments",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-7748",
"format": "application/pdf"
},
{
"id": "073308-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/073308-2025",
"datePublished": "2025-11-12T16:29:54Z",
"format": "text/html"
}
]
},
"language": "en"
}