Tender

Provision of Single Burning Item test facility

  • Health and Safety Executive

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-047479

Procurement identifier (OCID): ocds-h6vhtk-0584bb (view related notices)

Published 11 August 2025, 8:20am



Scope

Reference

HSE/T4806

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.

Total value (estimated)

  • £232,500 excluding VAT
  • £279,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 13 October 2025 to 13 October 2025
  • 1 day

Main procurement category

Goods

CPV classifications

  • 38540000 - Machines and apparatus for testing and measuring

Participation

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

19 September 2025, 1:00pm

Tender submission deadline

26 September 2025, 1:00pm

Submission address and any special instructions

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

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

10 October 2025


Award criteria

This table displays the award criteria of the lot
Name Description Type
Evaluation

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...

Quality

Weighting 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...


Other information

Payment terms

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.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

Health and Safety Executive

  • Public Procurement Organisation Number: PBXM-4389-TXVZ

Redgrave Court, Merton Road, Bootle, Merseyside

Liverpool

L20 7HS

United Kingdom

Region: UKD73 - Sefton

Organisation type: Public authority - central government