Tender

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

  • Department for Business, Energy & Industrial Strategy

F02: Contract notice

Notice identifier: 2022/S 000-032160

Procurement identifier (OCID): ocds-h6vhtk-03840d

Published 14 November 2022, 11:50am



Section one: Contracting authority

one.1) Name and addresses

Department for Business, Energy & Industrial Strategy

London

SW1H 0ET

Email

cara.jenkins@beis.gov.uk

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