Notice Information
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.
Notice Details
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
Buyer & Supplier
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
-
https://www.find-tender.service.gov.uk/Notice/064070-2025
10th October 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/056457-2025
15th September 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/047479-2025
11th August 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/047478-2025
11th August 2025 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}