Section one: Contracting authority
one.1) Name and addresses
Department for Business, Energy & Industrial Strategy
1 Victoria Street
London
SW1H 0ET
Contact
Professional Services
professionalservices@uksbs.co.uk
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
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
professionalservices@uksbs.co.uk
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
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
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
UK Shared Business Services
Polaris House
Swindon
SN2 1FF
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
Country
United Kingdom