Planning

Office for Product Safety and Standards (OPSS) - Product Testing Framework

  • Department for Business & Trade

UK3: Planned procurement notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-055008

Procurement identifier (OCID): ocds-h6vhtk-04fd09 (view related notices)

Published 9 September 2025, 1:21pm



Scope

Reference

PR_4755

Description

The Office for Product Safety and Standards (OPSS), part of the Department of Business and Trade (DBT) is developing a procurement opportunity relating to various categories of product testing to verify compliance with applicable regulations and standards. DBT intend to award an Open Framework across multiple lots. At this stage, DBT can confirm the lotting structure in detail, and the lots will cover testing under the National Regulation Enforcement Services that the Office for Product Safety and Standards are responsible for.

At this stage, DBT can confirm the lotting structure in detail and that the procurement will involve lots that will cover product testing services to support our role as the UK's National Regulator. These procurements will underpin regulatory enforcement and market surveillance across the full breadth of OPSS's responsibilities.

The testing requirements will cover:

• Construction product testing: Including fire resistance and reaction to fire, structural integrity, thermal and acoustic performance, weather-tightness, durability, glazing, and flooring/roofing assessments.

• Product safety testing: Covering a wide range of consumer goods such as electrical equipment, gas appliances, toys, furniture, personal protective equipment (PPE), batteries, pressure equipment, and similar regulated products.

• Energy efficiency and noise testing: Including compliance verification for energy labelling, Ecodesign standards, and noise emissions from equipment and appliances.

• Chemical, biochemical, and microbiological testing: Encompassing analysis of cosmetics, timber, textiles, jewellery, plastics, and other consumer products for restricted substances (e.g., RoHS), migration/emissions, and microbiological safety.

• Cybersecurity and digital compliance testing: Addressing requirements for connected products, including assessment against Product Security and Telecommunications Infrastructure (PSTI) regulations, smart device security and compliance with relevant standards.

These testing services are essential for OPSS's proactive and reactive enforcement activities, supporting consumer safety, regulatory compliance, and market confidence. Suppliers are encouraged to maintain readiness for the broad range of testing disciplines outlined above and within this notice.

DBT will utilise the new Open Framework permissions permitted by The Procurement Act 2023. It is perceived that the framework will be opened at least once in the first 3 years of up to an 8-year framework. The value of the opportunity across 8 years is estimated at £43,000,000 ex VAT. The full specification shall be provided within the tender documents, and the intention of this notice is to further inform suppliers of DBT's intention to publish this opportunity which is expected to go live in October 2025.

It should be noted that DBT makes no commitment to procure these services and may decide not to progress any further following engagement with the market. DBT reserves the right to change any information contained within this notice at any time, and potential suppliers rely upon any information provided entirely at their own risk.

Background

The Office for Product Safety and Standards (OPSS) is part of The Department for Business and Trade (DBT) and was created in January 2018 to deliver consumer protection and to support business confidence, productivity, and growth. OPSS regulate a wide range of products with a focus on their safety and integrity. OPSS works with local, national, and international regulators, with consumer representatives and with businesses to deliver effective protections and to support compliance.

OPSS' mission is to be a trusted product regulator for the UK. This means protecting people and places, enabling business to thrive and empowering consumers to make good choices. OPSS will be a leader of good regulatory practice and a champion of local regulation.

OPSS is:

• the national regulator for most consumer products, excluding vehicles, medicines, food, and certain other specialist categories.

• the national regulator for legal metrology, ensuring weighing and measuring instruments used for trade are accurate and reliable.

• the National Regulator for Construction Products (NRCP), responsible for ensuring construction products placed on the market meet regulatory requirements.

• the enforcement authority for a range of product regulations on behalf of other government departments.

Suppliers are strongly encouraged to read the text at the following link to gain a full understanding of the role of the enforcement services within Government:

https://www.gov.uk/guidance/national-regulation-enforcement-services

Commercial tool

Establishes an open framework

Total value (estimated)

  • £43,000,000 excluding VAT
  • £51,600,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2030
  • Possible extension to 31 March 2034
  • 8 years

Description of possible extension:

This will be an Open Framework. An Open Framework, as defined by the UK's Procurement Act 2023, allows for public sector frameworks to be refreshed, adding new suppliers and adapting to evolving markets for a maximum of eight years. Unlike traditional frameworks, which are often closed after initial entry, open frameworks mandate at least one refresh within the first three years and subsequent refreshes every five years, enabling ongoing competition and innovation.

Main procurement category

Services

CPV classifications

  • 71600000 - Technical testing, analysis and consultancy services
  • 71621000 - Technical analysis or consultancy services
  • 71630000 - Technical inspection and testing services
  • 71632000 - Technical testing services
  • 71700000 - Monitoring and control services
  • 71730000 - Industrial inspection services
  • 71731000 - Industrial quality control services

Contract locations

  • UK - United Kingdom

Lot 1. Construction and Building Products

Description

• Products covered by designated standards under Construction Products Regulation (CPR) (444).

• Products outside of scope of Construction Products Regulation (CPR) but may fall under General Product Safety Regulation (GPSR) - Internal fire doors, cavity barriers etc.

• Products covered by technical assessment under Construction Products Regulation (CPR).

• Past focus has been on fire testing -Reaction and Resistance.

• Current focus now includes mechanical testing (structural) and thermal efficiency.

• May extend to cover other aspects -Acoustic and Chemical testing.

• Dependent on the essential characteristics declared.

A maximum number of 12 suppliers will be awarded a placement within Lot 1: Construction and Building Products.

Lot value (estimated)

  • £16,000,000 excluding VAT
  • £19,200,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Electrical and Electronic Products

Description

• Product examples: domestic appliances (e.g. fridges, washing machines, TVs, gas and electric cookers), Information and Communication Technology (ICT) equipment, and internet-connected consumer products as well as Li-ion Batteries.

• Services include safety and compliance testing to UK Conformity Assessed UKCA/CE (e.g. Electromagnetic Compatibility (EMC), Low Voltage Directive (LVD), Radio Equipment Directive (RED), Energy efficiency (Ecodesign and Energy Efficiency Labelling), Noise emissions from outdoor equipment, smart functionality, Electric Vehicle (EV) charging battery testing and ensuring gas powered devices meet safety.

• Potential future coverage with changes or new regulations: water efficiency products.

A maximum number of 11 suppliers will be awarded a placement within Lot 2: Electrical and Electronic Products.

Lot value (estimated)

  • £11,000,000 excluding VAT
  • £13,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. General Consumer Products

Description

• Product examples and services: diverse non-sector specific items, Toys (e.g. EN 71 testing, mechanical, chemical, flammability), textiles, furniture (e.g. flammability, chemical testing for textiles and foams), vapes (physical safety aspects), consumer-use Personal Protective Equipment (PPE), (e.g. buoyancy aids, helmets sunglasses).

A maximum number of 10 suppliers will be awarded a placement within Lot 3: General Consumer Products.

Lot value (estimated)

  • £7,000,000 excluding VAT
  • £8,400,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. Chemical, Biochemical & Microbiological Analysis (Multi-Disciplinary Testing)

Description

• Cross-cutting lot for composition, migration, and emission testing. Including, but not limited to organic,

inorganic, and elemental chemical analysis using a range techniques such as X-ray, Infra-Red, Gas Chromatography (GC), Liquid Chromatography (LC), Inductively Coupled Plasma (ICP), mass

spectroscopy and electron microscopy. Protein, enzyme or biological active compounds, and microbiological testing by Culture, Enzyme-Linked Immunosorbent Assay (ELISA), Polymerase Chain Reaction (PCR) or other methods. For screening, targeted analysis, identification, quantification of compounds/materials of interest in a wide range of consumer products that may include cosmetics, toys, emissions from e-cigarettes, jewellery, plastics, and polymers (this list excludes food stuffs and pharmaceuticals).

A maximum number of 10 suppliers will be awarded a placement within Lot 4: Chemical, Biochemical & Microbiological Analysis (Multi-Disciplinary Testing).

Lot value (estimated)

  • £5,000,000 excluding VAT
  • £6,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 5. Cybersecurity and Digital Compliance

Description

• Covers Product Security and Telecommunications Infrastructure (PSTI) on consumer connectable, Information and Communication Technology (ICT), software/firmware vulnerability and evaluation testing,

cybersecurity and grid comms.

• Overlap/including aspects covered as a part of Radio Equipment Directive (RED).

A maximum number of 7 suppliers will be awarded a placement within Lot 5: Cybersecurity and Digital Compliance.

Lot value (estimated)

  • £4,000,000 excluding VAT
  • £4,800,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Open framework scheme end date (estimated)

31 March 2034

Maximum number of suppliers

50

Maximum percentage fee charged to suppliers

0%

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Particular suitability

Lot 1. Construction and Building Products

Lot 2. Electrical and Electronic Products

Lot 3. General Consumer Products

Lot 4. Chemical, Biochemical & Microbiological Analysis (Multi-Disciplinary Testing)

Lot 5. Cybersecurity and Digital Compliance

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Publication date of tender notice (estimated)

1 October 2025

Enquiry deadline

15 October 2025, 1:00pm

Tender submission deadline

31 October 2025, 1:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

11 December 2025

Recurring procurement

Publication date of next tender notice (estimated): 1 October 2028


Procedure

Procedure type

Open procedure


Contracting authority

Department for Business & Trade

  • Public Procurement Organisation Number: PZZJ-6312-QTTD

Old Admiralty Building

London

SW1A 2DY

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - central government