Notice Information
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
Notice Details
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
Buyer & Supplier
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
-
https://www.contractsfinder.service.gov.uk/Notice/e36c00b7-8330-4280-95c5-044357a171b8
26th September 2023 - Opportunity notice on Contracts Finder -
https://www.competefor.com/business/viewOpportunityDetailsSupplier.html?id=74226087
Please follow this link to view the notice.
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-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"
}
}