{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-035085-2022-07-22T10:09:05+01:00",
    "date": "2022-07-22T10:09:05+01:00",
    "ocid": "ocds-h6vhtk-035085",
    "description": "To attend the pre-market engagement session on the 27th July 11am-12pm via MS Teams, please contact Alastair Hooley (procurement.opss@beis.gov.uk)",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-035085",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Accredited Testing on a Call Off Basis of Product Samples for Compliance with the Restriction of Hazardous Substances (RoHS) Regulations",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "71600000",
            "description": "Technical testing, analysis and consultancy services"
        },
        "mainProcurementCategory": "services",
        "description": "The Department for Business, Energy and Industrial Strategy's (BEIS) Office for Product Safety and Standards (OPSS) are the appointed Market Surveillance Authority responsible for enforcing the Restriction of Hazardous Substances (RoHS) Regulations within the UK. The purpose of the proposed tender requirement is to source a suitable accredited test laboratory that will conduct the testing of product samples in accordance with BS EN/IEC 62321 over the period that will verify compliance with the following regulations: * The Restriction of the use of certain Hazardous Substances in Electrical and Electronic Equipment Regulations 2012 (as amended). (UK) Statutory Instrument 2012 No. 3032 2015/1094 - Environmental Protection. The length of the proposed contract is 2 years. As the actual number and type of products required for testing in a six month period cannot be accurately established, it is proposed orders will be placed on a call-off basis (as and when) with the successful contractor. We envisage there being a minimum of 150 tests and a maximum of 500 tests required over the period of the contract. The testing will be to verify compliance with RoHS regulations and will examine the presence of all TEN substances listed in these regulations. The restricted substances that need to be tested for are: Lead (0,1 %) Mercury (0,1 %) Cadmium (0,01 %) Hexavalent chromium (0,1 %) Polybrominated biphenyls (PBB) (0,1 %) Polybrominated diphenyl ethers (PBDE) (0,1 %) Bis(2-ethylhexyl) phthalate (DEHP) (0,1 %) Butyl benzyl phthalate (BBP) (0,1 %) Dibutyl phthalate (DBP) (0,1 %) Diisobutyl phthalate (DIBP) (0,1 %) Generally, the test will include all XRF screening, Chromium 6 testing, Bromine speciation and Phthalate tests, and any further testing necessary to provide conclusive results. It is anticipated that there may be a number of variants to be applied to any one parcel, such as product size, additional test points, additional Hexavalent Chromium testing, that may be listed and priced agreed within the contract. We would like to invite prospective bidders to attend a pre-market engagement session on Wednesday 27th July at 11am to 12pm via MS Teams. Should you wish to attend, please register your interest using the contact details below. Contact name: Alastair Hooley Email: procurement.opss@beis.gov.uk",
        "lots": [
            {
                "id": "1",
                "description": "The Department for Business, Energy and Industrial Strategy's (BEIS) Office for Product Safety and Standards (OPSS) are the appointed Market Surveillance Authority responsible for enforcing the Restriction of Hazardous Substances (RoHS) Regulations within the UK. The purpose of the proposed tender requirement is to source a suitable accredited test laboratory that will conduct the testing of product samples in accordance with BS EN/IEC 62321 over the period that will verify compliance with the following regulations: * The Restriction of the use of certain Hazardous Substances in Electrical and Electronic Equipment Regulations 2012 (as amended). (UK) Statutory Instrument 2012 No. 3032 2015/1094 - Environmental Protection. The length of the proposed contract is 2 years. As the actual number and type of products required for testing in a six month period cannot be accurately established, it is proposed orders will be placed on a call-off basis (as and when) with the successful contractor. We envisage there being a minimum of 150 tests and a maximum of 500 tests required over the period of the contract. The testing will be to verify compliance with RoHS regulations and will examine the presence of all TEN substances listed in these regulations. The restricted substances that need to be tested for are: Lead (0,1 %) Mercury (0,1 %) Cadmium (0,01 %) Hexavalent chromium (0,1 %) Polybrominated biphenyls (PBB) (0,1 %) Polybrominated diphenyl ethers (PBDE) (0,1 %) Bis(2-ethylhexyl) phthalate (DEHP) (0,1 %) Butyl benzyl phthalate (BBP) (0,1 %) Dibutyl phthalate (DBP) (0,1 %) Diisobutyl phthalate (DIBP) (0,1 %) Generally, the test will include all XRF screening, Chromium 6 testing, Bromine speciation and Phthalate tests, and any further testing necessary to provide conclusive results. It is anticipated that there may be a number of variants to be applied to any one parcel, such as product size, additional test points, additional Hexavalent Chromium testing, that may be listed and priced agreed within the contract.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-08-08T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "amendments": [
            {
                "id": "1",
                "description": "Correction: The Pre-market Dialogue session will now be held on the 10th August, 11am-12pm. Not the original date of the 27th July."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-5606",
            "name": "Business Energy and Industrial Strategy",
            "identifier": {
                "legalName": "Business Energy and Industrial Strategy"
            },
            "address": {
                "streetAddress": "1 Victoria Street",
                "locality": "London",
                "region": "UKI32",
                "postalCode": "SW1H0ET",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Cara Jenkins",
                "email": "cara.jenkins@beis.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-5606",
        "name": "Business Energy and Industrial Strategy"
    },
    "language": "en"
}