Section one: Contracting authority
one.1) Name and addresses
Transport for Greater Manchester
Transport for Greater Manchester, 2, Piccadilly Place,
Manchester
M1 3BG
Contact
Mr David Gregg
Telephone
+44 612441000
Country
United Kingdom
Region code
UKD - North West (England)
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/register
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/register
one.4) Type of the contracting authority
Other type
Transport authority
one.5) Main activity
Other activity
Public transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Golborne Rail Station Project
Reference number
DN737779
two.1.2) Main CPV code
- 45213321 - Railway station construction work
two.1.3) Type of contract
Works
two.1.4) Short description
TfGM, Wigan MBC and Network Rail, have developed an option for a new Heavy railway station in Golborne, Wigan. The new station will be located on the existing electrified track infrastructure on the West Coast Mainline (WCML) near to the site of the old Golborne station. As part of the overall scheme, the new station would be served by an hourly service between Wigan North-Western and Manchester Victoria.
The Golborne project incorporates the wider Wigan masterplan scope which includes highways and public realm alterations which maximise opportunities in the adjacent car park, improved traffic flow and junctions layouts and enhanced active travel and pedestrian measures within Golborne town centre.
TfGM are the scheme promoter and have appointed WSP to complete the outline design which is due to complete in September 2024 including gaining planning permission for the scheme. TfGM are seeking to appoint a suitably experienced Main Contractor for the Detailed Design, Construction and Handover (ES 5 – 8) of the works at the agreed Golborne Station site.
A two-stage approach to the procurement (via the Restricted Procedure) and delivery of the Detailed Design to PACE ES5 and Construction Phase ES5 – ES8 is being implemented, as follows.
• First Stage: Detailed Design to ES5/Form B ‘Approved for Construction’ (AFC) status to ascertain a fixed price lump sum for the construction works. This will also include the development of value engineering options, innovation, and constructability for the delivery of the four stations based upon the completed ES4/Form A design.
• Second Stage: the period of construction, entry into service and hand back for the completed station based on the ES5/Form B approved design from the First Stage.
Pro Contract reference DN737779
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
TfGM, Wigan MBC and Network Rail, have developed an option for a new heavy railway station in Golborne, Wigan. The new station will be located on the existing electrified track infrastructure on the West Coast Mainline (WCML) near to the site of the old Golborne station. As part of the overall scheme, the new station would be served by an hourly service between Wigan North-Western and Manchester Victoria.
The Golborne project incorporates the wider Wigan masterplan scope which includes highways and public realm alterations which maximise opportunities in the adjacent car park, improved traffic flow and junctions' layouts and enhanced active travel and pedestrian measures within Golborne town centre.
TfGM are the scheme promoter and have appointed WSP to complete the outline design which is due to complete in September 2024 including gaining planning permission for the scheme. TfGM are seeking to appoint a suitably experienced Main Contractor for the Detailed Design, Construction and Handover (ES 5 – 8) of the works at the agreed Golborne Station site.
A two-stage approach to the procurement (via the Restricted Procedure) and delivery of the Detailed Design to PACE ES5 and Construction Phase ES5 – ES8 is being implemented, as follows:
• First Stage: Detailed Design to ES5/Form B ‘Approved for Construction’ (AFC) status to ascertain a fixed price lump sum for the construction works. This will also include the development of value engineering options, innovation, and constructability for the delivery of the Golborne Rail Station project based upon the completed ES4/Form A design.
• Second Stage: the period of construction, entry into service and hand back for the completed station based on the ES5/Form B approved design from the First Stage.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-016304
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 September 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Transport for Greater Manchester
2, Piccadilly Place
Manchester
M1 3BG
Country
United Kingdom