Award

Tamar Bridge Structural Health Monitoring System

CORNWALL COUNCIL

This public procurement record has 2 releases in its history.

Award

27 Feb 2019 at 14:05

Tender

13 Nov 2018 at 17:16

Summary of the contracting process

The Cornwall Council is seeking a contractor to develop a Structural Health Monitoring System (SHMS) for the Tamar Bridge, located in the South West of England. This procurement process is currently in the Award stage, with the tender period having ended on 19 December 2018. The value of the contract is £238,590, with a commencement date of 1 March 2019 and an expected duration lasting until 31 August 2027. The procurement method employed is an open procedure, enabling various suppliers to participate in the bidding process.

This contract presents a significant opportunity for businesses specialising in engineering and technology, particularly those with experience in bridge operations and structural health monitoring systems. Companies that can offer innovative, robust solutions compliant with UK standards and possess capabilities in design, installation, and maintenance will be particularly well-suited to compete. With an initial maintenance period of four years and the potential for up to eight years of additional service, this tender offers a long-term engagement for successful bidders.

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

Tamar Bridge Structural Health Monitoring System

Notice Description

The Tamar Bridge seeks to appoint a suitably experienced organization to develop a comprehensive, robust, cost effective and reliable Structural Health Monitoring System (SHMS) to provide analysis and data, both to assist with planning future Bridge Structure Maintenance and also help with day to day operational decisions. The existing SHMS was installed as part of the previous strengthening and widening project, at the turn of the century, as well as further sensors being added as part of a University-based project. Neither of these systems is currently functioning and they will be removed by others. Therefore, a new bespoke SHMS is required to be developed and commissioned to provide the two main types of information: i. For the day-to-day operation of the bridge ii. Information on the long term behaviour of the bridge. The appointed Contractor will be required to carry out detailed design of the system, procure components, carry out installation, commissioning and testing, with the system required to be fully operational within 6 months of the contract commencement date. This will be followed by up to 8 years of maintenance, both on-site and remotely. This will comprise an initial fixed period of 4 years, with each additional year (up to 8) being instructed by the Bridge Engineering Manager. It is essential that the design and selection of components and enclosures for equipment, and quality of installation workmanship shall be appropriate for the very exposed location of the bridge, so as to promote a desired service life of at least 12 years. No parts of the existing SHMS shall be used. All equipment and installation methods shall comply with UK standards and regulations. The SHMS and its electrical, optical and mechanical components shall be designed and provided based on the following standards: i. British Standards ii. Harmonised European Standards (EN) BS 7671: Requirements for Electrical Installations (IEE Wiring Regulations 17th Edition) iii. National Engineering Specification (NES) electrical technical standards iv. UK Chartered Institution of Building Services Engineers - Guides and Publications v. Other standards within the technical specifications for the individual components of the system All electrical, optical and mechanical systems shall be designed for continuous operation in the local climatic conditions. Please note: All software shall be licensed the to Tamar Bridge and Torpoint Ferry Joint Committee which operates the Bridge on behalf of the two parent authorities of Cornwall Council and Plymouth City Council and so, by extension, the software will also be required to be licenced to those respective Local Authorities. Additional information: Any additional information requests or initial queries and all subsequent tender clarification requests must ONLY be raised using the Due North Portal via supplyingthesouthwest.org.uk , Project Reference DN374573.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-a3bb59ef-efb3-4501-b9e8-413a5248923e
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/f1d50f62-2520-4ee0-954f-b3defea07683
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

63 - Supporting and auxiliary transport services; travel agencies services

71 - Architectural, construction, engineering and inspection services


CPV Codes

48219800 - Bridge software package

63712300 - Bridge and tunnel operation services

71631450 - Bridge-inspection services

Notice Value(s)

Tender Value
£125,000 £100K-£500K
Lots Value
Not specified
Awards Value
£238,590 £100K-£500K
Contracts Value
Not specified

Notice Dates

Publication Date
27 Feb 20196 years ago
Submission Deadline
19 Dec 2018Expired
Future Notice Date
Not specified
Award Date
19 Feb 20197 years ago
Contract Period
4 Mar 2019 - 31 Aug 2027 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
CORNWALL COUNCIL
Contact Name
Mike Shillaber
Contact Email
mike.shillaber@cornwall.gov.uk
Contact Phone
+44 1872322716

Buyer Location

Locality
TRURO
Postcode
TR1 3AY
Post Town
Truro
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK3 Cornwall and Isles of Scilly
Small Region (ITL 3)
TLK30 Cornwall and Isles of Scilly
Delivery Location
TLK South West (England)

Local Authority
Cornwall
Electoral Ward
Truro Boscawen & Redannick
Westminster Constituency
Truro and Falmouth

Supplier Information

Number of Suppliers
1
Supplier Name

JAMES FISHER TESTING SERVICES

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-a3bb59ef-efb3-4501-b9e8-413a5248923e-2019-02-27T14:05:49Z",
    "date": "2019-02-27T14:05:49Z",
    "ocid": "ocds-b5fd17-a3bb59ef-efb3-4501-b9e8-413a5248923e",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CORNWALL001-DN374753-92522300",
        "title": "Tamar Bridge Structural Health Monitoring System",
        "description": "The Tamar Bridge seeks to appoint a suitably experienced organization to develop a comprehensive, robust, cost effective and reliable Structural Health Monitoring System (SHMS) to provide analysis and data, both to assist with planning future Bridge Structure Maintenance and also help with day to day operational decisions. The existing SHMS was installed as part of the previous strengthening and widening project, at the turn of the century, as well as further sensors being added as part of a University-based project. Neither of these systems is currently functioning and they will be removed by others. Therefore, a new bespoke SHMS is required to be developed and commissioned to provide the two main types of information: i. For the day-to-day operation of the bridge ii. Information on the long term behaviour of the bridge. The appointed Contractor will be required to carry out detailed design of the system, procure components, carry out installation, commissioning and testing, with the system required to be fully operational within 6 months of the contract commencement date. This will be followed by up to 8 years of maintenance, both on-site and remotely. This will comprise an initial fixed period of 4 years, with each additional year (up to 8) being instructed by the Bridge Engineering Manager. It is essential that the design and selection of components and enclosures for equipment, and quality of installation workmanship shall be appropriate for the very exposed location of the bridge, so as to promote a desired service life of at least 12 years. No parts of the existing SHMS shall be used. All equipment and installation methods shall comply with UK standards and regulations. The SHMS and its electrical, optical and mechanical components shall be designed and provided based on the following standards: i. British Standards ii. Harmonised European Standards (EN) BS 7671: Requirements for Electrical Installations (IEE Wiring Regulations 17th Edition) iii. National Engineering Specification (NES) electrical technical standards iv. UK Chartered Institution of Building Services Engineers - Guides and Publications v. Other standards within the technical specifications for the individual components of the system All electrical, optical and mechanical systems shall be designed for continuous operation in the local climatic conditions. Please note: All software shall be licensed the to Tamar Bridge and Torpoint Ferry Joint Committee which operates the Bridge on behalf of the two parent authorities of Cornwall Council and Plymouth City Council and so, by extension, the software will also be required to be licenced to those respective Local Authorities. Additional information: Any additional information requests or initial queries and all subsequent tender clarification requests must ONLY be raised using the Due North Portal via supplyingthesouthwest.org.uk , Project Reference DN374573.",
        "datePublished": "2018-11-13T17:16:35Z",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "48219800",
            "description": "Bridge software package"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "63712300",
                "description": "Bridge and tunnel operation services"
            },
            {
                "scheme": "CPV",
                "id": "71631450",
                "description": "Bridge-inspection services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 125000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2018-12-19T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2019-03-01T00:00:00Z",
            "endDate": "2027-08-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "goods",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/d7ff73f0-ef75-49c6-b99c-d2e180f775ec",
                "datePublished": "2018-11-13T17:16:35Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-50508",
            "name": "Cornwall Council",
            "identifier": {
                "legalName": "Cornwall Council"
            },
            "address": {
                "streetAddress": "County Hall, Treyew Road",
                "locality": "Truro",
                "postalCode": "TR1 3AY",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Mike Shillaber",
                "email": "Mike.Shillaber@cornwall.gov.uk",
                "telephone": "+44 1872322716"
            },
            "details": {
                "url": "http://www.cornwall.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-107914",
            "name": "James Fisher Testing Services Limited",
            "identifier": {
                "legalName": "James Fisher Testing Services Limited"
            },
            "address": {
                "streetAddress": "Ruby House, 40A Hardwick Grange, Warrington, Cheshire, WA14RF"
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-50508",
        "name": "Cornwall Council"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-a3bb59ef-efb3-4501-b9e8-413a5248923e-1",
            "status": "active",
            "date": "2019-02-19T00:00:00Z",
            "datePublished": "2019-02-27T14:05:49Z",
            "value": {
                "amount": 238590,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-107914",
                    "name": "James Fisher Testing Services Limited"
                }
            ],
            "contractPeriod": {
                "startDate": "2019-03-04T00:00:00Z",
                "endDate": "2027-08-31T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/f1d50f62-2520-4ee0-954f-b3defea07683",
                    "datePublished": "2019-02-27T14:05:49Z",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}