Changeflow GovPing Trade & Sanctions OPSS Product Testing Framework Contract Awarded
Routine Notice Added Final

OPSS Product Testing Framework Contract Awarded

Favicon for www.find-tender.service.gov.uk Find a Tender - Latest Notices
Published March 20th, 2026
Detected March 21st, 2026
Email

Summary

The UK Office for Product Safety and Standards (OPSS) has awarded a new open framework contract for product testing services across five lots, including construction, electrical, general consumer, multi-disciplinary analysis, and cybersecurity. The framework, valued at up to £43,000,000 over 8 years, aims to support regulatory enforcement and market surveillance.

What changed

The Office for Product Safety and Standards (OPSS), under the Department for Business and Trade (DBT), has announced the award of a new open framework contract for product testing services. This framework is structured across five lots: Construction and Building Products; Electrical and Electronic Products; General Consumer Products; Multi-Disciplinary Analysis (Chemical Biochemical & Microbiological Testing); and Cybersecurity and Digital Compliance. The total value of the framework over its potential 8-year term is capped at £43,000,000 ex VAT. This award signifies the completion of a procurement exercise utilizing the new permissions under The Procurement Act 2023.

This notice serves to inform potential suppliers that the procurement process is complete and contracts are being awarded. While this is a contract award notice and not a rule imposing new obligations, it indicates that OPSS will be utilizing these testing services to support its regulatory enforcement and market surveillance activities. Companies involved in the specified product categories should be aware that their products may be subject to testing under this new framework to verify compliance with applicable regulations and standards. The mandatory standstill period ends at midnight on March 31, 2026, after which contracts may be signed.

What to do next

  1. Monitor OPSS communications for specific testing requirements related to your products.
  2. Ensure product compliance with applicable UK regulations and standards.

Source document (simplified)

Award

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

Notice identifier: 2026/S 000-025997

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

Published 20 March 2026, 6:20pm

Watch this notice

Contents Open all

Scope Lots (5) Contracts (5) Information about tenders Procedure Suppliers (24) Contracting authority

Download

Share this notice

Description

The Office for Product Safety and Standards (OPSS), part of the Department of Business and Trade (DBT) have concluded a compliant procurement exercise relating to various categories of product testing to verify compliance with applicable regulations and standards. DBT will award an Open Framework across 5 Lots.

At this stage, DBT can confirm the lotting structure in detail and that the procurement will involve 5 lots that will cover product testing services to support our role as the UK's National Regulator Enforcement Services that the Office for Product Safety and Standards are responsible for. These procurements will underpin regulatory enforcement and market surveillance across the full breadth of OPSS's responsibilities.

The testing requirements will cover:

• Lot 1: Construction and Building Products.

• Lot 2: Electrical and Electronic Products.

• Lot 3: General Consumer Products.

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

• Lot 5: Cybersecurity and Digital Compliance..

These testing services are essential for OPSS's proactive and reactive enforcement activities, supporting consumer safety, regulatory compliance, and market confidence.

DBT have utilised 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 capped at £43,000,000 ex VAT. The full specification was provided within the tender documents, and the intention of this notice is to further inform suppliers that a compliant procurement process is now complete and formally announce the authority's decision to award a contract before the contract is signed, and it triggers the mandatory standstill period which ends midnight (00:00) on the 31st March 2026.

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

What is an open framework? A series of frameworks with substantially the same terms. Awarded suppliers are carried over and new suppliers can bid.

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 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 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 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 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

Contract 1

Lots

Lot 1. Construction and Building Products

Suppliers (8)

Contract value

  • £16,000,000 excluding VAT
  • £19,200,000 including VAT Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

20 March 2026

Date assessment summaries were sent to tenderers

20 March 2026

Standstill period

  • End: 31 March 2026
  • 7 working days

Earliest date the contract will be signed

1 April 2026

Contract dates (estimated)

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

Description of possible extension:

This is 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

Technical testing, analysis and consultancy services

Contract locations

  • UK - United Kingdom

Contract 2

Lots

Lot 2. Electrical and Electronic Products

Suppliers (11)

Contract value

  • £11,000,000 excluding VAT
  • £13,000,000 including VAT Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

20 March 2026

Date assessment summaries were sent to tenderers

20 March 2026

Standstill period

  • End: 31 March 2026
  • 7 working days

Earliest date the contract will be signed

1 April 2026

Contract dates (estimated)

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

Description of possible extension:

This is 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

Technical testing, analysis and consultancy services

Contract locations

  • UK - United Kingdom

Contract 3

Lots

Lot 3. General Consumer Products

Suppliers (5)

Contract value

  • £5,000,000 excluding VAT
  • £6,000,000 including VAT Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

20 March 2026

Date assessment summaries were sent to tenderers

20 March 2026

Standstill period

  • End: 31 March 2026
  • 7 working days

Earliest date the contract will be signed

1 April 2026

Contract dates (estimated)

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

Description of possible extension:

This is 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

Technical testing, analysis and consultancy services

Contract locations

  • UK - United Kingdom

Contract 4

Lots

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

Suppliers (5)

Contract value

  • £5,000,000 excluding VAT
  • £6,000,000 including VAT Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

20 March 2026

Date assessment summaries were sent to tenderers

20 March 2026

Standstill period

  • End: 31 March 2026
  • 7 working days

Earliest date the contract will be signed

1 April 2026

Contract dates (estimated)

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

Description of possible extension:

This is 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

Technical testing, analysis and consultancy services

Contract locations

  • UK - United Kingdom

Contract 5

Lots

Lot 5. Cybersecurity and Digital Compliance

Suppliers (6)

Contract value

  • £4,000,000 excluding VAT
  • £4,800,000 including VAT Framework lot values may be shared with other lots

Above the relevant threshold

Award decision date

20 March 2026

Date assessment summaries were sent to tenderers

20 March 2026

Standstill period

  • End: 31 March 2026
  • 7 working days

Earliest date the contract will be signed

1 April 2026

Contract dates (estimated)

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

Description of possible extension:

This is 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

Technical testing, analysis and consultancy services

Contract locations

  • UK - United Kingdom

Lot 1. Construction and Building Products

  • 13 tenders received
  • 13 tenders assessed in the final stage:
    • 6 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 8 suppliers awarded contracts
  • 5 suppliers unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers

Lot 2. Electrical and Electronic Products

  • 15 tenders received
  • 15 tenders assessed in the final stage:
    • 7 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 11 suppliers awarded contracts
  • 4 suppliers unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers

Lot 3. General Consumer Products

  • 10 tenders received
  • 10 tenders assessed in the final stage:
    • 4 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 5 suppliers awarded contracts
  • 5 suppliers unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers

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

  • 8 tenders received
  • 8 tenders assessed in the final stage:
    • 3 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 5 suppliers awarded contracts
  • 3 suppliers unsuccessful (details included for contracts over £5 million)

Unsuccessful suppliers

Lot 5. Cybersecurity and Digital Compliance

  • 9 tenders received
  • 6 tenders assessed in the final stage:
    • 2 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 6 suppliers awarded contracts
  • 0 suppliers unsuccessful (details included for contracts over £5 million)

Procedure type

Open procedure

3C Test Ltd

  • Public Procurement Organisation Number: PXLL-9697-WVTV Unit 3

Silverstone

NN12 8GX

United Kingdom

Region: UKF24 - West Northamptonshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Attain RTC

  • Public Procurement Organisation Number: PHPP-1496-NRLD Hangar One, Leeds East Airport

Tadcaster

LS24 9SE

United Kingdom

Region: UKE22 - North Yorkshire CC

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Blackpool & the Fylde College T/A Fleetwood Test House

  • Public Procurement Organisation Number: PYRN-9779-GYJY Blackpool and the Fylde College

Blackpool

FY2 0HB

United Kingdom

Region: UKD42 - Blackpool

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

BSRIA Limited

  • Public Procurement Organisation Number: PGMM-4595-GYBG Old Bracknell Lane

Berkshire

RG12 7AH

United Kingdom

Email: bsria@bsria.co.uk

Region: UKJ11 - Berkshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 2

Danish Technological Institute

  • Public Procurement Organisation Number: PGHN-3576-DDCH Gregersensvej 1

Teastrup

DK 2630

Denmark

Email: info@teknologisk.dk

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 2

DTG Testing

  • Public Procurement Organisation Number: PRGY-9737-VGGR 5th Floor 89 Albert Embankment

London

SE1 7TR

United Kingdom

Email: reception@dtg.org.uk

Region: UKI44 - Lewisham and Southwark

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2

Element Material Technology Warwick Limited

  • Public Procurement Organisation Number: PJNY-8553-HHCL 3rd Floor Davison Building

London

WC2E 7HA

United Kingdom

Email: Alexander.Toohie@element.com

Region: UKI32 - Westminster

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2

Contract 5

Element Materials Technology Limited

  • Public Procurement Organisation Number: PZZV-6622-PTJZ 18 March Street

Lincolnshire

DN21 4PL

United Kingdom

Region: UKE13 - North and North East Lincolnshire

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Enertek International Limited

  • Public Procurement Organisation Number: PPTJ-5873-TPLX 1 Malmo Road

Yorkshire

HU7 0YF

United Kingdom

Email: enquiries@enertek.co.uk

Region: UKE11 - Kingston upon Hull, City of

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2

Eurofins BLC Leather Technology Centre Limited

  • Public Procurement Organisation Number: PCXG-1919-HNGT Kings Park Road

West Northamptonshire

NW3 6JD

United Kingdom

Email: erfblcinfo@cpt.eurofinseu.com

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 3

Contract 4

Impact Laboratories Limited

  • Public Procurement Organisation Number: PZGY-9353-QJDL 1 Fraser Road

Livingston

EH54 7BU

United Kingdom

Email: steven.rae@impact-solutions.co.uk

Region: UKM78 - West Lothian

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 2

Contract 3

Contract 4

Inter Scientific

  • Public Procurement Organisation Number: PGNN-2193-WHQH Unit 29, Spindus Rd

Liverpool

L24 1YA

United Kingdom

Region: UKD72 - Liverpool

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Intertek Testing & Certification Ltd

  • Public Procurement Organisation Number: PMVQ-3353-PZCR Academy Place 1-9 Brook Street

Brentwood

CM14 5NQ

United Kingdom

Email: Caroline.Blenkhorn@intertek.com

Region: UKH36 - Heart of Essex

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 2

Contract 3

Contract 4

Contract 5

Kenlock Limited

  • Public Procurement Organisation Number: PQJV-8741-LVGG Gover Centre

Oakham

LE15 6RB

United Kingdom

Email: nfo@kenlockltd.co.uk

Region: UKF22 - Leicestershire CC and Rutland

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2

Positka Ltd

  • Public Procurement Organisation Number: PRWT-3674-WRWN 71-75 Shelton Street

London

WC2H 9JQ

United Kingdom

Email: salesops@positka.com

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 5

Product Assessment and Reliability Centre Ltd

  • Companies House: 03844095 Unit 4 Alverdiscott Road Industrial Estate

Devon

EX39 4LQ

United Kingdom

Region: UKK43 - Devon CC

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Rina Tech UK Limited

  • Public Procurement Organisation Number: PRQG-9857-RGHY 1 Springfield Drive

Surry

KT22 7AJ

United Kingdom

Email: energy.uk@rina.org

Region: UKJ26 - East Surrey

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 2

Contract 3

Contract 4

Contract 5

RISE Research Institutes of Sweden

  • Public Procurement Organisation Number: PTTJ-5917-BBLM Box 857, Borås

Västra Götalands

50115

Sweden

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

SafeShark Limited

  • Public Procurement Organisation Number: PTQN-6776-TXZP 89 Albert Embankment

Vauxhall

SE1 7TP

United Kingdom

Email: alexb@safeshark.co.uk

Region: UKI45 - Lambeth

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 5

SGS United Kingdom Limited

  • Public Procurement Organisation Number: PLYM-7548-BZWR Rossmore Business Park

Cheshire

CH65 3EN

United Kingdom

Email: gb.bid.management@sgs.com

Region: UKD63 - Cheshire West and Chester

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 2

Contract 3

Contract 4

Contract 5

TUV Rheinland UK Limited

  • Public Procurement Organisation Number: PMZG-1541-NDPQ (Third Floor) 1011 Stratford Road

Solihull

B90 4BN

United Kingdom

Region: UKG32 - Solihull

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

UL VS Limited

  • Public Procurement Organisation Number: PDVL-8239-WJJG Unit 1-4 Horizon Wade Road

Basingstoke

RG24 8AH

United Kingdom

Region: UKJ37 - North Hampshire

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

United Kingdom Testing and Certification

  • Public Procurement Organisation Number: PTJQ-7434-MLYZ Cairmmuir Road

South Lanarkshire

G74 4GY

United Kingdom

Email: David.brown@uktestcert.com

Region: UKM95 - South Lanarkshire

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

University of Salford

  • Public Procurement Organisation Number: PGBR-6657-LPLJ Maxwell Building The Cresent

Greater Manchester

M5 4WT

United Kingdom

Email: innovation@salford.ac.uk

Region: UKD34 - Greater Manchester South West

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1

Contract 2

Department for Business & Trade

  • Public Procurement Organisation Number: PZZJ-6312-QTTD Old Admiralty Building

London

SW1A 2DY

United Kingdom

Email: Dataandsystems@businessandtrade.gov.uk

Region: UKI32 - Westminster

Organisation type: Public authority - central government

Source

Analysis generated by AI. Source diff and links are from the original.

Classification

Agency
UK Government
Published
March 20th, 2026
Compliance deadline
March 31st, 2026 (10 days)
Instrument
Notice
Legal weight
Non-binding
Stage
Final
Change scope
Minor
Document ID
2026/S 000-025997

Who this affects

Applies to
Manufacturers
Industry sector
3345 Medical Device Manufacturing 3361 Automotive Manufacturing 3114 Food & Beverage Manufacturing 3341 Computer & Electronics Manufacturing 4231 Wholesale Trade
Activity scope
Product Testing Regulatory Enforcement Market Surveillance
Geographic scope
United Kingdom GB

Taxonomy

Primary area
Consumer Protection
Operational domain
Compliance
Topics
Product Safety Market Surveillance

Get Trade & Sanctions alerts

Weekly digest. AI-summarized, no noise.

Free. Unsubscribe anytime.

Get alerts for this source

We'll email you when Find a Tender - Latest Notices publishes new changes.

Free. Unsubscribe anytime.