Section one: Contracting authority
one.1) Name and addresses
Department for Business, Energy & Industrial Strategy
London
SW1H 0ET
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
Access to the procurement documents is restricted. Further information can be obtained 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 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 Office for Product Safety & Standards (OPSS) have been appointed by the Defra Secretary of State to act as the national regulator for Restriction of the use of Certain Hazardous Substances in Electrical & Electronic Equipment Regulations 2012 (as amended) (RoHS Regs).
Suppliers are strongly encouraged to read the text at the following link in order to gain a full understanding of the role of enforcement services with Government. https://www.gov.uk/guidance/national-regulation-enforcement-services
The Department shall issue Task Orders for the materials which require testing on a call-off basis.
Tenders are invited for laboratory testing according to the requirements detailed below and it is recommended Suppliers read Annex 2 to understand the pricing requirements around this tender – which has a £400,000 maximum budget and allowance of up to 200 tests. Testing work will be issued on a call-off basis as the need arises.
Testing requirements will be submitted to the successful bidder on a call-off basis. OPSS does not offer any minimum levels of work.
Please register your interest in submitting a tender for this project by signing up to our procurement platform, Jaggaer. The Jaggaer platform allows for all ITT documents to be viewed and downloaded, bids to be submitted, and clarification questions to be asked and responded to. Please use the following link to register on the platform: https://beisgroup.ukp.app.jaggaer.com/.
Click on “Register” under “View Our Live Opportunities”. The ITT number for this requirement is itt_487. If you have any issues signing up to this platform, please email Cara Jenkins at cara.jenkins@beis.gov.uk. This will ensure you receive immediate notification of updates regarding the ITT process.
Please read the instructions on the tendering procedures carefully since failure to comply with them may invalidate your tender. Your tender must be returned by Wednesday 14th December 2022 at 15:00 and submitted through the Jaggaer portal only.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71610000 - Composition and purity testing and analysis services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
RoHS Regs aim to prevent certain chemicals ending up in landfill and harming people and the environment. The Regs contain a list of restricted substances that will need to be tested for:-
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 %)
The test will include all XRF screening, Chromium 6 testing, Bromine speciation and Phthalate tests and any further testing necessary to provide conclusive tests.
Products are tested for these chemicals to establish if they contain permitted levels. There are labelling requirements as well as obligations regarding Technical Documentation and Conformity Assessment. Obligations regarding the labelling of products relate to CE marking and UKCA marking for goods placed on the EU and GB market as appropriate. A review of the labelling requirements will also be needed to indicate compliance of the product.
As a market surveillance authority, OPSS has thus far tested samples of:
• Disposable e-cigarettes
• Power tools
• Lawn mower
• Printer ink cartridges
• Electronic toys
• Desk Fans
The direction of RoHS testing over the next 36 months will be similar in nature
To test a variable quantity of Electrical and Electronic Equipment in accordance with BS EN/IEC 62321 to verify compliance with the following Regulations or equivalent (and any amendments to these) as necessary over the contract period.
• UK Statutory Instrument 2012 No.3032 - implementing Directive 2011/65/EU of the European Parliament and of the Council with regard to the Restriction of certain Hazardous Substances in Electrical and Electronic Equipment.
The test methods applied should follow harmonised standards, the reference numbers of which have been published in the Official Journal of the European Union, or other reliable, accurate and reproducible calculation and measurement methods, which take into account the generally recognised state of the art.
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: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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 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 December 2022
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
Tender must be valid until: 14 February 2023
four.2.7) Conditions for opening of tenders
Date
15 December 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