Section one: Contracting authority
one.1) Name and addresses
Department for Business, Energy & Industrial Strategy
London
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://beisgroup.ukp.app.jaggaer.com/
Additional information can be obtained from the above-mentioned 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
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
Invitation to Tender for Testing of Electric Hobs, Electric Ovens and Range Hoods to the Ecodesign and Energy Information Regulations
Reference number
itt_405
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
Aim of this requirement:
To perform testing of 7 Electric Hobs, 7 Electric Ovens and 5 Range Hoods to determine their compliance with the following regulations – in British Standards where applicable:
• Retained Commission Regulation (EU) 66/2014 with regard to the Ecodesign requirements for Electric Hobs, Electric Ovens, and Range Hoods, and
• Retained Commission Delegated Regulation (EU) 65/2014 with regard to the Energy Information requirements for Electric Hobs, Electric Ovens and Range Hoods.
Testing shall include labelling requirements on airborne noise emissions for the Range Hoods.
To submit a bid and review all procurement documents, please register on our platform Jaggaer (https://beisgroup.ukp.app.jaggaer.com/). Select "Register now" under "view our live opportunities". This tender is located under ITT reference itt_405
two.1.5) Estimated total value
Value excluding VAT: £135,000
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
Below is a summary of our evidential requirements and reporting.
3.1. Quality – General
3.1.1. Harmonised Standards: The test methods applied should follow harmonised standards to the reference numbers of which have been published in the Official Journal of the European Union. Alternatively, on other reliable, accurate and reproducible calculation and measurement methods, which considers the generally recognised state of the art.
Other methods should include any “transitional methods of measurement and calculation”, which have been published in the Official Journal of the European Union prior to harmonisation of standards.
3.1.2. Independence/Impartiality: OPSS may choose to test items from any manufacturer of the specified products. Suppliers must ensure that all testing will be carried out with complete impartiality and independence. OPSS must be immediately notified if there is any incident that could affect this request.
3.1.3. Competency: Only EN ISO/IEC 17025:2017 accredited test facilities will be considered.
3.1.4. Evidence Handling: Testing may be used as part of a criminal investigation. Therefore, the supplier must:
Provide evidence to support and corroborate the findings of the testing process. This will take the form of a witness statement (a word template will be provided).
Furthermore, it is a requirement that in the (unlikely) occurrence where the supplier is called to give evidence in a court of law, the supplier is prepared to make available the required representative to attend (this will apply even for witnesses located outside the UK), but this will be separate from this tender requirement. Although this requirement is possible, it is highly unlikely to happen.
3.1.5. Test Reports: In addition to any requirements/format described in relevant testing standards and in accordance with EN ISO/IEC 17025, the following OPSS-specific content shall apply:
A draft test report should be provided as soon as possible after a product is tested to allow OPSS the opportunity to check the report is in line with their requirements.
A test report should be generated for each individual sample subjected to testing, in a format which is suitable for use in a UK court.
As the test report may be presented to persons with limited technical knowledge, a clear and concise summary of the findings should be provided as part of each test report.
Each test report should include the security seal number(s) used during transportation to the test laboratory.
Where OPSS requires batch testing of the same product then a single combined report can be provided reporting on the batch as described within the relevant regulation or harmonised standard. However, as OPSS may need to use reports as part of an investigation, we cannot accept reports that provided combined results for more than one product.
3.2. Quality – Transportation
• Suppliers will collect all items from OPSS, returning them on completion of testing. In addition to the controls detailed in the ‘Chain of Custody’ and ‘Security Assurance’ requirements, the supplier must guarantee the following as a minimum for transportation (whether done by the supplier or a sub-contracted courier):
Samples must be packed in a manner that will mitigate risk of damage and guarantee security. Samples must be fully documented.
Provide a fully auditable evidential handling process and/or procedure on all samples, including the use of security seals/stickers during transportation, to and from the OPSS Office in Teddington.
3.3. Quality – Management
• Single Point of Contact: Suppliers are to ensure that there is a point of contact that OPSS will liaise with during the lifetime of the contract.
• Status Report: Suppliers are to provide a status report 1 x month which will include, as a minimum, a testing completion status (%), issues resolved, and notification of any further issues requiring discussion. If, at any time, the supplier identifies any urgent issues, or the risk
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: £135,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
2 December 2022
End date
31 March 2023
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Only EN ISO/IEC 17025:2017 accredited test facilities will be considered.
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 November 2022
Local time
6:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
15 November 2022
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Department for Business, Energy and Industrial Strategy
London
Country
United Kingdom