OPSS Product Testing Framework Contract Awarded
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
- Monitor OPSS communications for specific testing requirements related to your products.
- Ensure product compliance with applicable UK regulations and standards.
Source document (simplified)
Award
Office for Product Safety and Standards (OPSS) - Product Testing Framework
- Department for Business & Trade UK6: Contract award notice - Procurement Act 2023 - view information about notice types
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)
- BSRIA Limited
- Danish Technological Institute
- Impact Laboratories Limited
- Intertek Testing & Certification Ltd
- Rina Tech UK Limited
- SGS United Kingdom Limited
- United Kingdom Testing and Certification
- University of Salford
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)
- BSRIA Limited
- Danish Technological Institute
- DTG Testing
- Element Material Technology Warwick Limited
- Enertek International Limited
- Impact Laboratories Limited
- Intertek Testing & Certification Ltd
- Kenlock Limited
- Rina Tech UK Limited
- SGS United Kingdom Limited
- University of Salford
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)
- Eurofins BLC Leather Technology Centre Limited
- Impact Laboratories Limited
- Intertek Testing & Certification Ltd
- Rina Tech UK Limited
- SGS United Kingdom Limited
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)
- Eurofins BLC Leather Technology Centre Limited
- Impact Laboratories Limited
- Intertek Testing & Certification Ltd
- Rina Tech UK Limited
- SGS United Kingdom Limited
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)
- Element Material Technology Warwick Limited
- Intertek Testing & Certification Ltd
- Positka Ltd
- Rina Tech UK Limited
- SafeShark Limited
- SGS United Kingdom Limited
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
- 3C Test Ltd
- Attain RTC
- Element Materials Technology Limited
- RISE Research Institutes of Sweden
- UL VS Limited
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
- UL VS Limited
- Product Assessment and Reliability Centre Ltd
- TUV Rheinland UK Limited
- Blackpool & the Fylde College T/A Fleetwood Test House
- Inter Scientific
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
Related changes
Source
Classification
Who this affects
Taxonomy
Browse Categories
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.