Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Transport for Greater Manchester
TfGM, 2 Piccadilly Place
Manchester
M1 3BG
UK
Contact person: Mr David Gregg
Telephone: +44 1612441000
E-mail: david.gregg@tfgm.com
NUTS: UKD
Internet address(es)
Main address: http://www.tfgm.com
Address of the buyer profile: http://www.tfgm.com
I.4) Type of the contracting authority
Other: Transport Authority
I.5) Main activity
Other: Public Transport
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Golborne Rail Station Project
Reference number: DN737779
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.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.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 321 349.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKD
II.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
II.2.5) Award criteria
Quality criterion: Qualitative as detailed in the tender documentation
/ Weighting: 70
Cost criterion: Quantitative as detailed in the tender documentation
/ Weighting: 30
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-026167
Section V: Award of contract
Contract No: 20240523
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
12/05/2025
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
J.Murphy & Sons Limited
Hiview House Highgate Road
London
NW5 1TN
UK
E-mail: aidankane@murphygroup.co.uk
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 321 349.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Transport for Greater Manchester
Manchester
M13BG
UK
VI.5) Date of dispatch of this notice
08/07/2025