Section one: Contracting authority
one.1) Name and addresses
Transport for Greater Manchester
TfGM, 2 Piccadilly Place
Manchester
M1 3BG
Contact
Mr David Gregg
Telephone
+44 1612441000
Country
United Kingdom
Region code
UKD - North West (England)
Internet address(es)
Main address
Buyer's address
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
- 45000000 - 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 have appointed 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 has been 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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £1,321,349
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 have appointed 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 has been 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 S
two.2.5) Award criteria
Quality criterion - Name: Qualitative as detailed in the tender documentation / Weighting: 70
Cost criterion - Name: Quantitative as detailed in the tender documentation / Weighting: 30
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 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 000-026167
Section five. Award of contract
Contract No
20240523
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
12 May 2025
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
J.Murphy & Sons Limited
Hiview House Highgate Road
London
NW5 1TN
Country
United Kingdom
NUTS code
- UKI - London
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,321,349
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Transport for Greater Manchester
Manchester
M13BG
Country
United Kingdom