{
    "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"
                }
            ]
        }
    ]
}