Tender

PS22407 - Research Collaboration Network Framework

  • Department for Business, Energy & Industrial Strategy

F02: Contract notice

Notice identifier: 2023/S 000-008405

Procurement identifier (OCID): ocds-h6vhtk-038c5c

Published 22 March 2023, 5:36pm



Section one: Contracting authority

one.1) Name and addresses

Department for Business, Energy & Industrial Strategy

1 Victoria Street

London

SW1H 0ET

Contact

Professional Services

Email

professionalservices@uksbs.co.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.uksbs.co.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.gov.uk/contracts-finder

Additional information can be obtained from another address:

UK Shared Business Services

SN2 1FF

Swindon

Contact

Professional Services

Email

professionalservices@uksbs.co.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.uksbs.co.uk

Tenders or requests to participate must be submitted electronically via

https://beisgroup.ukp.app.jaggaer.com/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Research


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

PS22407 - Research Collaboration Network Framework

Reference number

PS22407

two.1.2) Main CPV code

  • 73200000 - Research and development consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

UK Shared Business Services (UK SBS), on behalf of the Department for Business, Energy & Industrial Strategy (BEIS), Office for Product Safety & Standards (OPSS) wishes to establish a Framework Agreement for the provision of Research Collaboration Network Services.

The Framework has a maximum value of £4,000,000.00 excluding VAT and the Framework term is four years.

The Framework will run on a 1+1+1+1-year basis. This means the effectiveness of the Framework will be reviewed, and future budget availability considered, towards the end of each financial year (31 March).

This OPSS Research Collaboration Network is being commissioned to support the delivery of the Office for Product Safety & Standards (OPSS) Strategic Research Programme (SRP). OPSS was established by BEIS in January 2018 in order to enhance protections for consumers and drive forward increased productivity, growth and business confidence. The OPSS SRP provides high quality, strategic, science-based research to strengthen the evidence base for OPSS policy development, delivery and enforcement.

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

two.2) Description

two.2.1) Title

Risk

Lot No

1

two.2.2) Additional CPV code(s)

  • 79300000 - Market and economic research; polling and statistics

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Risk – risk tolerance, risk communications and management, risk assessment and prioritisation

The application of risk

The application of risk is a theme bringing together research into how risk can be applied in OPSS’ regulatory system. The main aims of this work include:

I. Define, standardise and measure the risk of products to support policy and enforcement strategies.

II. Review regulatory systems to understand when and where risk measurements should be incorporated.

III. Incorporate risk prioritisation and management methodologies to prioritise regulatory actions.

IV. Provide evidence to support communication campaigns.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £4,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

3 July 2023

End date

4 June 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Chemicals and Materials

Lot No

Lot 2

two.2.2) Additional CPV code(s)

  • 73200000 - Research and development consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Chemical and Materials – Identification techniques, Characterisation techniques, exposure studies and toxicological limits.

The chemicals and materials in products theme brings together all research concerned with chemicals and materials within consumer products. It includes a number of policy and enforcement areas ranging from coatings and content of specific chemicals within materials, to developing methods to efficiently identify and measure chemicals for enforcement purposes. The aims of this research area include:

I. Review chemicals and materials and their extent of their usage in products

II. Develop characterisation techniques and measurement methodologies for these chemicals to support the identification and quantification of chemicals

III. Understand exposure and chemical limits for various chemicals to feed back into regulations

IV. Development of chemical risk assessments

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £4,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

3 July 2023

End date

4 June 2027

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Analytical

Lot No

3

two.2.2) Additional CPV code(s)

  • 73200000 - Research and development consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Analytical - Impact analysis, market analysis and consumer/business behaviours and attitudes.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £4,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

3 July 2023

End date

4 June 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Technology Hardware and Software

Lot No

4

two.2.2) Additional CPV code(s)

  • 73200000 - Research and development consultancy services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Technology, hardware and software – Literature reviews, SWOT analysis and research testing

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £4,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

3 July 2023

End date

4 June 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 20

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Does not exceed four years

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-034971

four.2.2) Time limit for receipt of tenders or requests to participate

Date

28 April 2023

Local time

10:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 April 2023

Local time

11:00am

Place

Electronically


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

UK Shared Business Services

Polaris House

Swindon

SN2 1FF

Email

policy@uksbs.co.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

UK Shared Business Services

Polaris House

Swindon

SN2 1FF

Email

policy@uksbs.co.uk

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

UK Shared Business Services

Polaris House

Swindon

SN2 1FF

Email

policy@uksbs.co.uk

Country

United Kingdom