Tender

BBV HS2 MWCC North - Structural Health Monitoring

BALFOUR BEATTY VINCI HS2

This public procurement record has 1 release in its history.

Tender

26 Sep 2023 at 08:30

Summary of the contracting process

The Balfour Beatty Vinci HS2 organisation is inviting tenders for the project titled "BBV HS2 MWCC North - Structural Health Monitoring" in the structural works industry category. The procurement stage is active, with a tender period ending on 3rd October 2023. The contract period for the project is from 5th February 2024 to 14th September 2026, located in the West Midlands region of the United Kingdom. The project involves the installation of monitoring equipment for stability and safety assessment, with a contract value of GBP 2,500,000.

This tender opportunity by Balfour Beatty Vinci HS2 presents a chance for SMEs in the monitoring and control services sector to participate. Businesses well-suited for this opportunity would be those experienced in the delivery of permanent monitoring equipment and instruments, as well as reporting systems. Successful bidders will need to demonstrate accuracy and reliability in providing timely monitoring information for building stability and safety assessment, aligning with the specified requirements and deadlines outlined in the tender documents.

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

BBV HS2 MWCC North - Structural Health Monitoring

Notice Description

This Scope of Works details the requirements for the delivery of long-term Structural Health Monitoring(SHM) requirements pursuant to HS2 works information. 2.2.1 The Works are comprised of the installation of permanent monitoring equipment and instruments and reporting of results. 2.2.2 The purpose of this document is to specify the monitoring regime, specifications and programme. 2.2.3 The Subcontractor should note that there is scope and flexibility within the current document which allows additional monitoring to be added at all locations should this situation arise. 2.2.4 The Subcontractor shall have the primary responsibility for the instrumentation and monitoring works and shall report directly to the Contractor. The Subcontractor shall report to the I & M Coordinator who shall be responsible for the co-ordination and implementation of the monitoring scheme and will advise on any modifications required to the monitoring system. 2.2.5 The Sub-Contractor shall design and demonstrate that the permanent instrumentation and monitoring system provides accurate, reliable, timely information regarding the stability, performance and safety of the completed works. 2.2.6 The Sub-Contractor should have the provision of a temporary system for the duration of the contract (or until the Employer's system is commissioned, if sooner) that: is robust; has sufficient redundancy to ensure the system is resilient; picks up all permanent monitoring data across the contract, and integrates with instrumentation on neighbouring contracts where necessary; allows rogue readings to be identified and discounted; and allows the identification of trends; 2.2.7 The Sub-Contractor will be responsible for the specification of equipment performance requirements, accuracy and tolerances, conditions of operation, frequency of monitoring and where necessary permanent case trigger levels,the specification of a data acquisition and transmission system; 2.2.8 The Sub-Contractor will be responsible for the specification of details of transmission of all monitoring information to the Employer's cloud server in Apache Avro format as defined by the relevant Avro JSON schema and which must have all fields documented within the schema or other acceptable format; 2.2.9 Assessment of the performance of the Equipment, Plant and Materials including permanent ground support; 2.2.10 The Sub-Contractor will be responsible for procurement of all permanent instrumentation and associated hardware (including all necessary supports, ducting, protection, power supplies and communications connections/access) and software for transmission of the data; 2.2.11 The safe installation, testing, commissioning, operation and maintenance of all permanent instrumentation, including provision of CCTV and webcams to provide digital visual records. 2.2.12 Defining the location of permanent instrumentation; 2.2.13 Assess the need for ongoing monitoring of the behaviour of building

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-091052f6-3104-4d51-8696-e0fdb3296dfd
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/e36c00b7-8330-4280-95c5-044357a171b8
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

45223200 - Structural works

71700000 - Monitoring and control services

Notice Value(s)

Tender Value
£2,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
26 Sep 20232 years ago
Submission Deadline
3 Oct 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
5 Feb 2024 - 14 Sep 2026 2-3 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
BALFOUR BEATTY VINCI HS2
Contact Name
Tom Watson
Contact Email
thomas.watson@balfourbeattyvinci.com
Contact Phone
07929771177

Buyer Location

Locality
BIRMINGHAM
Postcode
B1 2LP
Post Town
Birmingham
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG3 West Midlands
Small Region (ITL 3)
TLG31 Birmingham
Delivery Location
TLG West Midlands (England)

Local Authority
Birmingham
Electoral Ward
Ladywood
Westminster Constituency
Birmingham Ladywood

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-b5fd17-091052f6-3104-4d51-8696-e0fdb3296dfd-2023-09-26T09:30:04+01:00",
    "date": "2023-09-26T09:30:04+01:00",
    "ocid": "ocds-b5fd17-091052f6-3104-4d51-8696-e0fdb3296dfd",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "C4N74226085",
        "title": "BBV HS2 MWCC North - Structural Health Monitoring",
        "description": "This Scope of Works details the requirements for the delivery of long-term Structural Health Monitoring(SHM) requirements pursuant to HS2 works information. 2.2.1 The Works are comprised of the installation of permanent monitoring equipment and instruments and reporting of results. 2.2.2 The purpose of this document is to specify the monitoring regime, specifications and programme. 2.2.3 The Subcontractor should note that there is scope and flexibility within the current document which allows additional monitoring to be added at all locations should this situation arise. 2.2.4 The Subcontractor shall have the primary responsibility for the instrumentation and monitoring works and shall report directly to the Contractor. The Subcontractor shall report to the I & M Coordinator who shall be responsible for the co-ordination and implementation of the monitoring scheme and will advise on any modifications required to the monitoring system. 2.2.5 The Sub-Contractor shall design and demonstrate that the permanent instrumentation and monitoring system provides accurate, reliable, timely information regarding the stability, performance and safety of the completed works. 2.2.6 The Sub-Contractor should have the provision of a temporary system for the duration of the contract (or until the Employer's system is commissioned, if sooner) that: is robust; has sufficient redundancy to ensure the system is resilient; picks up all permanent monitoring data across the contract, and integrates with instrumentation on neighbouring contracts where necessary; allows rogue readings to be identified and discounted; and allows the identification of trends; 2.2.7 The Sub-Contractor will be responsible for the specification of equipment performance requirements, accuracy and tolerances, conditions of operation, frequency of monitoring and where necessary permanent case trigger levels,the specification of a data acquisition and transmission system; 2.2.8 The Sub-Contractor will be responsible for the specification of details of transmission of all monitoring information to the Employer's cloud server in Apache Avro format as defined by the relevant Avro JSON schema and which must have all fields documented within the schema or other acceptable format; 2.2.9 Assessment of the performance of the Equipment, Plant and Materials including permanent ground support; 2.2.10 The Sub-Contractor will be responsible for procurement of all permanent instrumentation and associated hardware (including all necessary supports, ducting, protection, power supplies and communications connections/access) and software for transmission of the data; 2.2.11 The safe installation, testing, commissioning, operation and maintenance of all permanent instrumentation, including provision of CCTV and webcams to provide digital visual records. 2.2.12 Defining the location of permanent instrumentation; 2.2.13 Assess the need for ongoing monitoring of the behaviour of building",
        "datePublished": "2023-09-26T09:30:04+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45223200",
            "description": "Structural works"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "71700000",
                "description": "Monitoring and control services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 1000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 2500000,
            "currency": "GBP"
        },
        "tenderPeriod": {
            "endDate": "2023-10-03T12:53:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2024-02-05T00:00:00Z",
            "endDate": "2026-09-14T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/e36c00b7-8330-4280-95c5-044357a171b8",
                "datePublished": "2023-09-26T09:30:04+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Please follow this link to view the notice.",
                "url": "https://www.competefor.com/business/viewOpportunityDetailsSupplier.html?id=74226087"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-189390",
            "name": "Balfour Beatty Vinci HS2",
            "identifier": {
                "legalName": "Balfour Beatty Vinci HS2"
            },
            "address": {
                "streetAddress": "BBV HS2 Offices, 11 Brindley place",
                "locality": "Birmingham",
                "postalCode": "B1 2LP",
                "countryName": "UK"
            },
            "contactPoint": {
                "name": "Tom Watson",
                "email": "thomas.watson@balfourbeattyvinci.com",
                "telephone": "07929771177"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-189390",
        "name": "Balfour Beatty Vinci HS2"
    }
}