Planning

Office for Product Safety and Standards- Construction Products Testing

DEPARTMENT FOR BUSINESS, ENERGY & INDUSTRIAL STRATEGY

This public procurement record has 1 release in its history.

Planning

12 May 2023 at 14:59

Summary of the contracting process

The Department for Business, Energy & Industrial Strategy is planning a tender for the provision of "Construction Products Testing". The tender, titled "Office for Product Safety and Standards- Construction Products Testing", is intended to cover testing requirements for various construction products, including insulation, electrical cables, plywood, and smoke control dampers. The tender has an estimated total value of £810,000 and is expected to be published the week commencing 15th May 2023. The framework agreement is anticipated to last for 12 months, with each lot having a specific estimated value.

This procurement opportunity by the Department for Business, Energy & Industrial Strategy is suitable for SMEs and presents a chance for businesses involved in technical testing, analysis, and consultancy services to compete. The specific regions for delivery include London, United Kingdom. Businesses interested in providing construction product testing services, particularly related to fire safety, structural efficiency, and thermal classifications, should consider participating in this tender process. Furthermore, there is potential for future business opportunities through a wider construction product testing framework agreement, with Market Engagement expected in June/July 2023.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Office for Product Safety and Standards- Construction Products Testing

Notice Description

The Department for Levelling Up, Housing & Communities ("the customer") has a potential requirement for the provision of "Construction Products Testing". The Secretary of State for the Department for Business and Trade ("DBT") is the contracting authority responsible for meeting this anticipated requirement on behalf of the Customer. DBT intends to publish the Contract Notice week commencing 15th May 2023. The full specification shall be provided with the tender documents, but it is expected to incorporate the testing of a variety of construction products to assess their fire safety, structural and thermal efficiency classifications. The testing requirements will be broken down into four lots each covering a variety of construction products and test procedures. These lots are as follows: Lot 1 - Insulation and Cladding - Testing will be used to verify the reaction to fire classifications and thermal efficiency of a range of products used both internally and externally as wall linings, pipe insulation, roofing and flooring. This will be done using the following standards and the relevant normative references contained within: BS EN 13501-1:2018 BS EN 13501-5:2016 BS EN 12667:2001 Lot 2 - Electrical Cables - Testing will be used to verify the reaction to fire classifications of a range of products including power, control and communication cables. This will be done using the following standards and the relevant normative references contained within: BS EN 13501-6:2018 Lot 3 - Plywood & Wood Based Materials - Testing will be used to verify the reaction to fire classifications and the structural/mechanical properties of a range of plywood and wood-based products for both internal and external use. This will be done using the following standards and the relevant normative references contained within: BS EN 13501-1:2018 BS EN 13986:2004+A1:2015 Lot 4 - Smoke Control Dampers and Fire Dampers - Testing will be used to verify the resistance to fire classifications and the structural/mechanical properties of a range of smoke control and fire damper products. This will be done using the following standards and the relevant normative references contained within: BS EN 13501-4:2016 BS EN 13501-3+A1:2009 It is anticipated the framework shall be for a period of 12 months.. The requirement has an estimated total value of PS810,000 (exc-VAT). Each lot has the following estimated value: Lot 1- PS200,000 Lot 2- PS150,000 Lot 3- PS160,000 Lot 4- PS300,000 Each lot will operate on a call-off basis. DBT reserves the right to not spend the full framework amount if it is not required. Additional information: Suppliers are also to be aware that DBT is seeking to implement a framework agreement for future wider construction product testing requirements.This is likely to include Reaction & Resistance to Fire Testing, Mechanical & Structural Testing, Energy Efficiency & Net Zero Testing and Chemical & Electrical Testing. To inform this, Market Engagement will be undertaken and a further contract notice will be imminently published with details on how to take part in this. Should this future framework be launched prior to the end of this notice's framework, then all testing requirements will be delivered via the future framework agreement. We expect the Market Engagement for the future requirements to take place in June / July 2023, ahead of a tender process beginning in September / October 2023, though these dates are indicative at this stage.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-2d9fbb00-443a-4be9-b543-9f5151e11cb9
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/215d3144-a397-4721-babb-e259c8e8197c
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planned Procurement Notice
Procurement Type
Framework
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71600000 - Technical testing, analysis and consultancy services

Notice Value(s)

Tender Value
£810,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
12 May 20232 years ago
Submission Deadline
Not specified
Future Notice Date
19 May 2023Expired
Award Date
Not specified
Contract Period
31 Jul 2023 - 31 Jul 2024 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR BUSINESS, ENERGY & INDUSTRIAL STRATEGY
Contact Name
Not specified
Contact Email
cara.jenkins@beis.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1H 0ET
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLI London

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-2d9fbb00-443a-4be9-b543-9f5151e11cb9-2023-05-12T15:59:35+01:00",
    "date": "2023-05-12T15:59:35+01:00",
    "ocid": "ocds-b5fd17-2d9fbb00-443a-4be9-b543-9f5151e11cb9",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/215d3144-a397-4721-babb-e259c8e8197c",
                "datePublished": "2023-05-12T15:59:35+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "tender_368839/1213757",
        "title": "Office for Product Safety and Standards- Construction Products Testing",
        "description": "The Department for Levelling Up, Housing & Communities (\"the customer\") has a potential requirement for the provision of \"Construction Products Testing\". The Secretary of State for the Department for Business and Trade (\"DBT\") is the contracting authority responsible for meeting this anticipated requirement on behalf of the Customer. DBT intends to publish the Contract Notice week commencing 15th May 2023. The full specification shall be provided with the tender documents, but it is expected to incorporate the testing of a variety of construction products to assess their fire safety, structural and thermal efficiency classifications. The testing requirements will be broken down into four lots each covering a variety of construction products and test procedures. These lots are as follows: Lot 1 - Insulation and Cladding - Testing will be used to verify the reaction to fire classifications and thermal efficiency of a range of products used both internally and externally as wall linings, pipe insulation, roofing and flooring. This will be done using the following standards and the relevant normative references contained within: BS EN 13501-1:2018 BS EN 13501-5:2016 BS EN 12667:2001 Lot 2 - Electrical Cables - Testing will be used to verify the reaction to fire classifications of a range of products including power, control and communication cables. This will be done using the following standards and the relevant normative references contained within: BS EN 13501-6:2018 Lot 3 - Plywood & Wood Based Materials - Testing will be used to verify the reaction to fire classifications and the structural/mechanical properties of a range of plywood and wood-based products for both internal and external use. This will be done using the following standards and the relevant normative references contained within: BS EN 13501-1:2018 BS EN 13986:2004+A1:2015 Lot 4 - Smoke Control Dampers and Fire Dampers - Testing will be used to verify the resistance to fire classifications and the structural/mechanical properties of a range of smoke control and fire damper products. This will be done using the following standards and the relevant normative references contained within: BS EN 13501-4:2016 BS EN 13501-3+A1:2009 It is anticipated the framework shall be for a period of 12 months.. The requirement has an estimated total value of PS810,000 (exc-VAT). Each lot has the following estimated value: Lot 1- PS200,000 Lot 2- PS150,000 Lot 3- PS160,000 Lot 4- PS300,000 Each lot will operate on a call-off basis. DBT reserves the right to not spend the full framework amount if it is not required. Additional information: Suppliers are also to be aware that DBT is seeking to implement a framework agreement for future wider construction product testing requirements.This is likely to include Reaction & Resistance to Fire Testing, Mechanical & Structural Testing, Energy Efficiency & Net Zero Testing and Chemical & Electrical Testing. To inform this, Market Engagement will be undertaken and a further contract notice will be imminently published with details on how to take part in this. Should this future framework be launched prior to the end of this notice's framework, then all testing requirements will be delivered via the future framework agreement. We expect the Market Engagement for the future requirements to take place in June / July 2023, ahead of a tender process beginning in September / October 2023, though these dates are indicative at this stage.",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "71600000",
            "description": "Technical testing, analysis and consultancy services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 810000,
            "currency": "GBP"
        },
        "communication": {
            "futureNoticeDate": "2023-05-19T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2023-08-01T00:00:00+01:00",
            "endDate": "2024-07-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-CFS-205997",
            "name": "Department for Business, Energy & Industrial Strategy",
            "identifier": {
                "legalName": "Department for Business, Energy & Industrial Strategy"
            },
            "address": {
                "streetAddress": "1 Victoria Street",
                "locality": "London",
                "postalCode": "SW1H 0ET",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "cara.jenkins@beis.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-205997",
        "name": "Department for Business, Energy & Industrial Strategy"
    }
}