Planning

Accredited Testing on a Call Off Basis of Product Samples for Compliance with the Restriction of Hazardous Substances (RoHS) Regulations

  • Business Energy and Industrial Strategy

F01: Prior information notice (prior information only)

Notice identifier: 2022/S 000-018908

Procurement identifier (OCID): ocds-h6vhtk-035085

Published 11 July 2022, 1:10pm



Section one: Contracting authority

one.1) Name and addresses

Business Energy and Industrial Strategy

1 Victoria Street

London

SW1H0ET

Contact

Cara Jenkins

Email

cara.jenkins@beis.gov.uk

Country

United Kingdom

NUTS code

UKI32 - Westminster

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy

one.3) Communication

Additional information can be obtained from the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Accredited Testing on a Call Off Basis of Product Samples for Compliance with the Restriction of Hazardous Substances (RoHS) Regulations

two.1.2) Main CPV code

  • 71600000 - Technical testing, analysis and consultancy services

two.1.3) Type of contract

Services

two.1.4) Short 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

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

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.

two.3) Estimated date of publication of contract notice

8 August 2022


Section four. Procedure

four.1) Description

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

The procurement is covered by the Government Procurement Agreement: Yes


Section six. Complementary information

six.3) Additional information

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)