Scope
Reference
PR_4755
Description
The Office for Product Safety and Standards (OPSS), part of the Department for Business and Trade (DBT) has developed 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. DBT can confirm the lotting structure in detail, and that the lots will cover testing under the National Regulation Enforcement Services that the Office for Product Safety and Standards are responsible for.
DBT confirms that procurement will involve lots that will cover product testing services to support OPSS' role as the UK's National Regulator. This procurement 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.
The testing services covered under these lots 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. The Open Framework Scheme 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 is provided within the tender documents, and the intention of this notice is to inform suppliers that the opportunity is now live.
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 2029
- 3 years
Main procurement category
Services
CPV classifications
- 71600000 - Technical testing, analysis and consultancy services
- 71700000 - Monitoring and control services
Contract locations
- UK - United Kingdom
Lot constraints
Description of how multiple lots may be awarded:
There is no maximum number of Lots a Supplier can bid for and there is no maximum number of Lots a Supplier can be awarded to.
In the event that there is a challenge to the Competition and such a challenge is confined to any one particular Lot, the Authority reserves the right to the extent that it is lawful to do so, to conclude a Framework Contract with the successful Suppliers in respect of the Lot(s) that has (have) not been so challenged.
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.
Framework lot values may be shared with other Lots
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.
Framework lot values may be shared with other Lots
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.
Framework lot values may be shared with other Lots
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).
Framework lot values may be shared with other Lots
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.
Framework lot values may be shared with other Lots
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%
Framework operation description
Refer to Framework Schedule 7 (Call-Off Award Procedure) for details of the selection processes for the award of Contracts under this Framework.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
This Framework Agreement is intended primarily for use by the Department for Business and Trade and is open to use by other Contracting Authorities in the United Kingdom.
Contracting authority location restrictions
- UK - United Kingdom
Participation
Legal and financial capacity conditions of participation
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
Suppliers are required to meet the minimum financial standards set out in the PSQ (Appendix F) in the Invitation to Tender document (ITT). They must self-certify their ability to meet these standards in response to sub-question 15.b or 15.c, and confirm they can provide any information required under sub-question 15.d. The Authority may verify a Supplier's ability to meet the financial standards it has self-certified at any point in the Procurement. The Authority may require the Supplier to confirm that the information contained within the relevant Core Supplier Information is accurate and up to date and to submit any other information required under sub-question 15.d. Where such information is insufficient, the Authority may request additional information. If the Authority determines that the Supplier does not meet the minimum financial standards set out in sub-question 15.c, or the Supplier fails to provide sufficient information, the Supplier may be excluded from further participation in the Procurement.
Associated Suppliers
Suppliers may rely on an associated supplier to meet the minimum financial standards. If this is the case, suppliers must provide more detail as as set in Q15.a of the PSQ in the ITT.
Minimum Credit Ratings
Suppliers or any Associated Supplier must meet one or more of the minimum credit ratings. Please refer to Q15.b of the PSQ in the ITT.
Financial Indicators
If credit ratings are not met, suppliers must self-certify that they or any Associated Supplier meet at least two of the three financial indicators. Please refer to Q15.c of the PSQ in the ITT.
Core Supplier Information
Suppliers must confirm that their Core Supplier Information is accurate and up to date, and be prepared to provide it if requested. Please refer to Q15.d of the PSQ in the ITT.
Insurance
Suppliers must confirm whether they already have or can commit to obtain, prior to award of the contract, the level of insurance cover indicated in Q17 of the PSQ in the ITT.
Legal Capacity
Suppliers must confirm that they have, or will have by the time of Contract award, the necessary human and technical resources to ensure compliance with the UK General Data Protection Regulation and to protect the rights of data subjects. Please refer to Q19 of the PSQ in the ITT.
Technical ability conditions of participation
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)
As part of the procurement process, suppliers are required to provide detailed responses to several compliance and governance-related questions in the PSQ (Appendix F) of the ITT. These questions assess the supplier's ability to manage subcontractors, identify and mitigate conflicts of interest, meet cybersecurity standards, and declare any procurement-related conflicts. Responses must be complete and accurate, and in some cases, failure to respond or provide sufficient information may result in exclusion from further participation in the procurement.
Suppliers must demonstrate experience of sub-contractor management where they intend to sub-contract a proportion of the relevant Contract. This includes how they have previously maintained healthy supply chains and the procedures used to ensure performance. Please refer to Q22 of the PSQ in the ITT.
Suppliers must confirm that they are accredited to ISO17025 (or equivalent). Please refer to Q23 of the PSQ in the ITT.
Suppliers must confirm whether they, any Associated Person or Intended Subcontractor have an actual, perceived or potential Procurement Conflict of Interest with the Authority or its advisers. Please refer to Q26 of the PSQ in the ITT.
If there is a conflict of interest, they must submit a conflict of interest statement including a description of the conflict, roles and responsibilities, separation measures, access controls, confidentiality agreements, audit rights, standards for integrity, and any other relevant information. Please refer to Q27 of the PSQ in the ITT.
Suppliers must confirm that they and any Intended Subcontractor have Cyber Essentials certification (or equivalent), or evidence that certification will be achieved prior to Contract commencement. Please refer to Q43 of the PSQ in the ITT.
Lot 5. Cybersecurity and Digital Compliance
As part of the procurement process, suppliers are required to provide detailed responses to several compliance and governance-related questions in the PSQ (Appendix F) of the ITT. These questions assess the supplier's ability to manage subcontractors, identify and mitigate conflicts of interest, meet cybersecurity standards, and declare any procurement-related conflicts. Responses must be complete and accurate, and in some cases, failure to respond or provide sufficient information may result in exclusion from further participation in the procurement.
Suppliers must demonstrate experience of sub-contractor management where they intend to sub-contract a proportion of the relevant Contract. This includes how they have previously maintained healthy supply chains and the procedures used to ensure performance. Please refer to Q22 of the PSQ in the ITT.
Suppliers must confirm that they are accredited to UKAS ISO/IEC 17025:2017, CREST or NCSC-Assured Services accreditation (or equivalent). Please refer to Q23 of the PSQ in the ITT.
Suppliers must confirm whether they, any Associated Person or Intended Subcontractor have an actual, perceived or potential Procurement Conflict of Interest with the Authority or its advisers. Please refer to Q26 of the PSQ in the ITT.
If there is a conflict of interest, they must submit a conflict of interest statement including a description of the conflict, roles and responsibilities, separation measures, access controls, confidentiality agreements, audit rights, standards for integrity, and any other relevant information. Please refer to Q27 of the PSQ in the ITT.
Suppliers must confirm that they and any Intended Subcontractor have Cyber Essentials Plus certification (or equivalent), or evidence that certification will be achieved prior to Contract commencement. Please refer to Q43 of the PSQ in the ITT.
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
Enquiry deadline
26 November 2025, 1:00pm
Tender submission deadline
11 December 2025, 1:00pm
Submission address and any special instructions
All tenders must be submitted via the Authority's chosen e-tendering system. The chosen e-tendering system is Jaggaer, which can be accessed here: https://uktrade.app.jaggaer.com/web/login.html
Once registered, you should be able to search for the opportunity, either by title, or using the project reference PR_4755/itt_992.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
16 February 2026
Award criteria
| Name | Type |
|---|---|
| Technical Assessment | Quality |
| Social Value | Quality |
| Commercial Assessment | Price |
Weighting description
The Authority will be evaluating tender responses using the Price Per Quality Point (PQP) method. Final Scores will be determined using the PQP methodology as set out in the Tender Documents.
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Documents
Associated tender documents
PA23_CT023 Open Procedure - PR4755 OPSS Product Testing Framework - Notice Version FINAL.pdf
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