Tender

Provision of Single Burning Item test facility

HEALTH AND SAFETY EXECUTIVE

This public procurement record has 4 releases in its history.

TenderUpdate

10 Oct 2025 at 09:53

TenderUpdate

15 Sep 2025 at 09:30

Tender

11 Aug 2025 at 07:20

Planning

11 Aug 2025 at 07:18

Summary of the contracting process

The latest updated tender by the Health and Safety Executive involves the "Provision of Single Burning Item Test Facility." This public procurement falls under the goods category, specifically machines and apparatus for testing and measuring. The facility is needed to test the fire behaviour of building products using the Euro classification system, aligning with changes to Approved Document B. The tender is located in Bootle, Liverpool, and is being processed under an open procedure with a gross value of £279,000. Key dates include the tender submission deadline on 20 October 2025, and the contract period slated to start and end on 17 November 2025.

This procurement process presents substantial opportunities for businesses specialising in manufacturing or supplying testing and measuring apparatus, particularly those compliant with BS EN 13823 standards. Small and medium-sized enterprises (SMEs) are encouraged to participate, as they are deemed suitable. The criteria for the award focus not only on cost but also heavily on the quality and compatibility of the equipment with existing infrastructure. This contract offers an excellent growth opportunity for businesses that can provide reliable and technically sound testing facilities to support industry standards and construction safety compliance.

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

Provision of Single Burning Item test facility

Notice Description

In the upcoming changes to Approved Document B (ADB) the national fire test standards will be removed. This will mean the only route to compliance when assessing the reaction to fire classification of construction products in ADB is using the Euro classification system. This classification system is defined in BS EN 13501-1 and one of the standard tests within this series of tests is referred to as the Single Burning Item test (SBI). The SBI test, described by BS EN 13823, is needed to classify all non-flooring products into classes A2, B, C and D of the European Commission construction products directive. These classes cover most products intended for building and construction end-use. The SBI test is a method of test for determining the reaction to fire behaviour of building products when exposed to thermal attack by a single burning item comprising a standard propane burner. The reaction of the product to the burner is monitored with instruments, and the heat and smoke release rates and physical characteristics are assessed by observation. HSE SD provides expert guidance and opinion, and technical support, to the Building Safety Division (BSD), as well as overseeing research projects focused on the building and construction subject area. To assist the technical policy team within BSD in developing guidance and allow HSE SD to support BSD, the product assessment regulator and construction industries, with research around this test standard. HSE SD requires a SBI test facility to test and assess the fire behaviour of building and construction products against the classification criteria requirements in BS EN 13823.

Planning Information

HSE are tendering for a Single Burning Item test facility. The opportunity will go live on Monday 11th August 2025, with a value of £232,500 (ex VAT), £279,000 (inc VAT). Interested bidders should access the opportunity via In-tend - please see tender opportunity advertised separately.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0584bb
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/064070-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)


CPV Codes

38540000 - Machines and apparatus for testing and measuring

Notice Value(s)

Tender Value
£232,500 £100K-£500K
Lots Value
£232,500 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Oct 20254 months ago
Submission Deadline
20 Oct 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
17 Nov 2025 - 17 Nov 2025 24 hours
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HEALTH AND SAFETY EXECUTIVE
Contact Name
Not specified
Contact Email
tenders@hse.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LIVERPOOL
Postcode
L20 7HS
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD73 Sefton
Delivery Location
Not specified

Local Authority
Sefton
Electoral Ward
Linacre
Westminster Constituency
Bootle

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-h6vhtk-0584bb-2025-10-10T10:53:45+01:00",
    "date": "2025-10-10T10:53:45+01:00",
    "ocid": "ocds-h6vhtk-0584bb",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PBXM-4389-TXVZ",
            "name": "Health and Safety Executive",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBXM-4389-TXVZ"
            },
            "address": {
                "streetAddress": "Redgrave Court, Merton Road, Bootle, Merseyside",
                "locality": "Liverpool",
                "postalCode": "L20 7HS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD73"
            },
            "contactPoint": {
                "email": "tenders@hse.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PBXM-4389-TXVZ",
        "name": "Health and Safety Executive"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "HSE are tendering for a Single Burning Item test facility. The opportunity will go live on Monday 11th August 2025, with a value of PS232,500 (ex VAT), PS279,000 (inc VAT). Interested bidders should access the opportunity via In-tend - please see tender opportunity advertised separately.",
                "dateMet": "2025-08-08T00:00:00+01:00",
                "status": "met"
            }
        ],
        "documents": [
            {
                "id": "047478-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/047478-2025",
                "datePublished": "2025-08-11T08:18:59+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "HSE/T4806",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Provision of Single Burning Item test facility",
        "description": "In the upcoming changes to Approved Document B (ADB) the national fire test standards will be removed. This will mean the only route to compliance when assessing the reaction to fire classification of construction products in ADB is using the Euro classification system. This classification system is defined in BS EN 13501-1 and one of the standard tests within this series of tests is referred to as the Single Burning Item test (SBI). The SBI test, described by BS EN 13823, is needed to classify all non-flooring products into classes A2, B, C and D of the European Commission construction products directive. These classes cover most products intended for building and construction end-use. The SBI test is a method of test for determining the reaction to fire behaviour of building products when exposed to thermal attack by a single burning item comprising a standard propane burner. The reaction of the product to the burner is monitored with instruments, and the heat and smoke release rates and physical characteristics are assessed by observation. HSE SD provides expert guidance and opinion, and technical support, to the Building Safety Division (BSD), as well as overseeing research projects focused on the building and construction subject area. To assist the technical policy team within BSD in developing guidance and allow HSE SD to support BSD, the product assessment regulator and construction industries, with research around this test standard. HSE SD requires a SBI test facility to test and assess the fire behaviour of building and construction products against the classification criteria requirements in BS EN 13823.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38540000",
                        "description": "Machines and apparatus for testing and measuring"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 279000,
            "amount": 232500,
            "currency": "GBP"
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-17T00:00:00Z",
                    "endDate": "2025-11-17T23:59:59Z"
                },
                "status": "active",
                "value": {
                    "amountGross": 279000,
                    "amount": 232500,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "The successful supplier will be selected based on the appropriateness of the suggested product to HSE's needs combined with an assessment of the cost against other tender submissions. This means that the lowest bid may not necessarily be accepted. Of particular interest will be: * how the equipment complies with BS EN 13823 * Output data, its accuracy and format * How the equipment will interface to the existing infrastructure, particularly the exhaust/ventilation requirements and methods. It should ensure that the extraction system conected to the equipment can provide the extraction rates specified in the standard at the elevated temperatures produced.",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Evaluation",
                            "description": "The successful supplier will be selected based on the appropriateness of the suggested product to HSE's needs combined with an assessment of the cost against other tender submissions. This means that the lowest bid may not necessarily be accepted. Of particular interest will be: * how the equipment complies with BS EN 13823 * Output data, its accuracy and format * How the equipment will interface to the existing infrastructure, particularly the exhaust/ventilation requirements and methods. It should ensure that the extraction system conected to the equipment can provide the extraction rates specified in the standard at the elevated temperatures produced."
                        }
                    ]
                }
            }
        ],
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "All tender documents are available via the HSE In-Tend supplier e-procurement portal. All responses and requests for clarification must be submitted via the portal. Registration is free of charge and can be completed via the following link: https://in-tendhost.co.uk/hse",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-10-20T13:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-10-03T13:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-11-17T23:59:59Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "047479-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/047479-2025",
                "datePublished": "2025-08-11T08:20:10+01:00",
                "format": "text/html"
            },
            {
                "id": "056457-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/056457-2025",
                "datePublished": "2025-09-15T10:30:08+01:00",
                "format": "text/html"
            },
            {
                "id": "064070-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/064070-2025",
                "datePublished": "2025-10-10T10:53:45+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "HSE is unable to agree to any advance payment prior to shipment. This approach does not align with Government procurement terms. As a Government department backed by the Treasury, HSE does not present a credit risk to suppliers. If a bidder expresses interest in this opportunity but requires an upfront payment, they must disclose this during the Q&A stage. In such cases, the matter would need to be escalated to HSE's Finance Director for consideration. Should the Finance Director approve the request, an amendment to the tender would be published to indicate that upfront payment is acceptable, allowing the bidder to proceed. However, such approval is considered unlikely. Any supplier submitting a bid that includes an upfront payment requirement without explicit prior approval from HSE will have their submission disqualified."
        },
        "amendments": [
            {
                "id": "056457-2025",
                "description": "Deadlines extended to allow for preparation of floor plans and building scans"
            },
            {
                "id": "064070-2025",
                "description": "Amendment to submission deadline"
            }
        ]
    },
    "language": "en"
}