Tender

Knowl Wood - Rock Slope Stabilisation/De-vegetation

J MURPHY & SONS LIMITED

This public procurement record has 1 release in its history.

Tender

18 Mar 2022 at 16:50

Summary of the contracting process

The procurement process titled "Knowl Wood - Rock Slope Stabilisation/De-vegetation" is being conducted by J Murphy & Sons Limited, focusing on the railway maintenance industry. This tender is currently in the Tender stage, with key dates including the issuance of the Invitation to Tender on 16 March 2022 and a submission deadline of 25 March 2022. The project is located east of Shifnal in Shropshire, addressing significant destabilisation issues in a section of railway cutting, with work expected to commence on 20 June 2022 and conclude by 16 September 2022. The estimated value of the contract ranges between £501,000 and £1,000,000, under a procurement method classified as 'works.'

This tender represents a significant opportunity for businesses specialising in ground-stabilisation and landscaping work, particularly those with relevant health and safety accreditations and experience in rail infrastructure projects. Companies that can efficiently manage logistics while performing de-vegetation and rock stabilisation works may find this project well-suited to their expertise. The necessity for compliance with strict deadlines and safety standards makes this an ideal opportunity for established contractors focused on sustainable and efficient service delivery in the UK and Ireland.

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

Knowl Wood - Rock Slope Stabilisation/De-vegetation

Notice Description

Knowl Wood - Rock Slope Stabilisation/De-vegetation Subcontract Package: Rock Slope Stabilisation/De-vegetation Key dates ITT Issue: 16/03/22 Works commence onsite: 20/06/22 The proposed works relate to a section of railway located on the WSJ2 line to the East of Shifnal in Shropshire. The site area extends between the mileages 155.0211 and 155.1378 on the UP side. through the majority of this are the railway lies in a cutting, comprising a combination of soil and rock slopes. At the western end from approximately 155.1250 to 155.1378 the railway transitions to an embankment. The railway carries two non-electrified tracks with line speed of 70mph and no track drainage is present. The aim is to improve the condition of the cutting slope and remediate the more significant defects. As part of the overall scope the subcontractor works are as follows: - Localised de-vegetation to allow additional inspection. - Full slope de-vegetation of 5 chain length (approx. 155.0550 to 155.0660) - Upper slope (soil) de-vegetation strips above three sandstone outcrops with selected tree removal. - Rock slope stabilisation works across three sandstone outcrops. Exact scope to be determined following de-veg but may include: - Scaling works to remove loose rock debris - Installation of spot bolts/dowels as required - Installation of spray concrete to secure and areas of heavy fractured rock posing a risk to the railway - Localised dentition works to infill any major voids. - Installation of draped rock netting ap per network rail standard details may also be considered It is anticipated that the works will be heavily reliant on weekend possession working. There is no extended access/blockades available and therefore access will be provided on ROTR Saturday night possessions. The possession times are 01:05 to 08:05. Safety critical staff and RRV 's will be provided by JMS. Tenders will be evaluated on a "normalised" basis. This will involve financial adjustment using either cost information provided by the tendering parties or JMS' own estimates, to bring all tenders to a common basis and taking into consideration the total of all costs. JMS reserves the right to consider the projects management and delivery costs when assessing the most economically advantageous tender. General Considerations in relation to this tender: JMS does not undertake to pay any expenses incurred by the tenderer in the preparation of this tender and participating in this procurement process. Prices submitted as part of this enquiry must remain open for acceptance for a minimum of 120 days from the closing date for the receipt of offers. Tenders incorporating qualifications, amendments or price exclusions may be deemed non-compliant and excluded from consideration. Tenders received after the Tender Return Date without prior agreement may not be considered. A tender response is no guarantee that a contract will be awarded. The ITT does not commit JMS to the award of a contract. JMS reserves the right to terminate or suspend the procurement process at any time or to re-invite responses on a different basis. Tenderers must keep confidential and not disclose to any third party (without the prior written consent of JMS) any Confidential Information supplied by JMS to the Tenderers and shall use such information only for the purpose of preparing, submitting and negotiating the tender described herein. Tenderers must also ensure that all their suppliers, employees and agents comply with this requirement. The Main Contract terms and conditions for this project are CECA Blue Form which is summarised in the enclosed Invitation to Tender section 1.04 and are available upon request. The specimen Subcontract for these works is summarised in the enclosed Invitation to Tender section 1.07 and can be found in section 1.11. Unless stated otherwise, your initial submission will be deemed to accept the terms of this enquiry document and all conditions contained therein as forming part of the final price offers. The Standards We Expect It is our policy to procure goods and services competitively, ethically, sustainably and efficiently in accordance with all relevant laws, regulations and licenses in each of these sectors. There is a minimum requirement that our supply chain partners have to meet to be put on our supply chain partner lists. Accreditations New general building contractors classified as non-high risk hold a valid health and safety accreditation recognised by SSIP New subcontractors deemed as high risk hold a valid construction line health and safety accreditation at Gold Level/ Level 3 New subcontractors working within a specific sector i.e. transport, power, water etc. must hold a valid sector specific health and safety accreditation (i.e. RISQS, UVDB FPAL, TRans Q etc), A leader in transportation, the Murphy Transport division has a proud history dating back to the 1960's. Classed as a multi-disciplinary specialist, working across rail, highways, aviation and ports to deliver sustainable solutions. From major infrastructure projects to responding to emergencies, our range of services help keep the UK and Ireland moving, all whilst applying our unique 'One Murphy' approach. Simply put, this approach means we provide the people, plant and expertise to combat any construction and logistical challenges on even the most difficult sites. Whether using our plant to manage logistics or utilising our engineers to overcome design challenges, we provide practical and innovative results, working around the individual needs of our clients. That's why we're able to construct multi-use sites adjacent to or over major Network Rail and LUL tunnels, apply better engineered solutions and efficiently manage logistics in the busiest areas of the country. These projects are uniquely challenging - and our 'One Murphy' approach mitigate If you meet the above criteria and would be interested in pricing this package please register your interest via CompleteFor. Additional information: If you meet the above criteria and would be interested in pricing this package please register your interest via CompleteFor.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-6825c769-4d76-4144-a95d-6741edd83fff
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/ee9f7576-9199-4e8b-87b4-7dc3fbbda7f4
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Not Specified
Procurement Method Details
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45111230 - Ground-stabilisation work

45112700 - Landscaping work

Notice Value(s)

Tender Value
£1,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Mar 20223 years ago
Submission Deadline
25 Mar 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
19 Jun 2022 - 16 Sep 2022 1-6 months
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
J MURPHY & SONS LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
NW5 1TN
Post Town
North West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI36 Camden
Delivery Location
Not specified

Local Authority
Camden
Electoral Ward
Kentish Town North
Westminster Constituency
Holborn and St Pancras

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-b5fd17-6825c769-4d76-4144-a95d-6741edd83fff-2022-03-18T16:50:03Z",
    "date": "2022-03-18T16:50:03Z",
    "ocid": "ocds-b5fd17-6825c769-4d76-4144-a95d-6741edd83fff",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "C4N61075368",
        "title": "Knowl Wood - Rock Slope Stabilisation/De-vegetation",
        "description": "Knowl Wood - Rock Slope Stabilisation/De-vegetation Subcontract Package: Rock Slope Stabilisation/De-vegetation Key dates ITT Issue: 16/03/22 Works commence onsite: 20/06/22 The proposed works relate to a section of railway located on the WSJ2 line to the East of Shifnal in Shropshire. The site area extends between the mileages 155.0211 and 155.1378 on the UP side. through the majority of this are the railway lies in a cutting, comprising a combination of soil and rock slopes. At the western end from approximately 155.1250 to 155.1378 the railway transitions to an embankment. The railway carries two non-electrified tracks with line speed of 70mph and no track drainage is present. The aim is to improve the condition of the cutting slope and remediate the more significant defects. As part of the overall scope the subcontractor works are as follows: - Localised de-vegetation to allow additional inspection. - Full slope de-vegetation of 5 chain length (approx. 155.0550 to 155.0660) - Upper slope (soil) de-vegetation strips above three sandstone outcrops with selected tree removal. - Rock slope stabilisation works across three sandstone outcrops. Exact scope to be determined following de-veg but may include: - Scaling works to remove loose rock debris - Installation of spot bolts/dowels as required - Installation of spray concrete to secure and areas of heavy fractured rock posing a risk to the railway - Localised dentition works to infill any major voids. - Installation of draped rock netting ap per network rail standard details may also be considered It is anticipated that the works will be heavily reliant on weekend possession working. There is no extended access/blockades available and therefore access will be provided on ROTR Saturday night possessions. The possession times are 01:05 to 08:05. Safety critical staff and RRV 's will be provided by JMS. Tenders will be evaluated on a \"normalised\" basis. This will involve financial adjustment using either cost information provided by the tendering parties or JMS' own estimates, to bring all tenders to a common basis and taking into consideration the total of all costs. JMS reserves the right to consider the projects management and delivery costs when assessing the most economically advantageous tender. General Considerations in relation to this tender: JMS does not undertake to pay any expenses incurred by the tenderer in the preparation of this tender and participating in this procurement process. Prices submitted as part of this enquiry must remain open for acceptance for a minimum of 120 days from the closing date for the receipt of offers. Tenders incorporating qualifications, amendments or price exclusions may be deemed non-compliant and excluded from consideration. Tenders received after the Tender Return Date without prior agreement may not be considered. A tender response is no guarantee that a contract will be awarded. The ITT does not commit JMS to the award of a contract. JMS reserves the right to terminate or suspend the procurement process at any time or to re-invite responses on a different basis. Tenderers must keep confidential and not disclose to any third party (without the prior written consent of JMS) any Confidential Information supplied by JMS to the Tenderers and shall use such information only for the purpose of preparing, submitting and negotiating the tender described herein. Tenderers must also ensure that all their suppliers, employees and agents comply with this requirement. The Main Contract terms and conditions for this project are CECA Blue Form which is summarised in the enclosed Invitation to Tender section 1.04 and are available upon request. The specimen Subcontract for these works is summarised in the enclosed Invitation to Tender section 1.07 and can be found in section 1.11. Unless stated otherwise, your initial submission will be deemed to accept the terms of this enquiry document and all conditions contained therein as forming part of the final price offers. The Standards We Expect It is our policy to procure goods and services competitively, ethically, sustainably and efficiently in accordance with all relevant laws, regulations and licenses in each of these sectors. There is a minimum requirement that our supply chain partners have to meet to be put on our supply chain partner lists. Accreditations New general building contractors classified as non-high risk hold a valid health and safety accreditation recognised by SSIP New subcontractors deemed as high risk hold a valid construction line health and safety accreditation at Gold Level/ Level 3 New subcontractors working within a specific sector i.e. transport, power, water etc. must hold a valid sector specific health and safety accreditation (i.e. RISQS, UVDB FPAL, TRans Q etc), A leader in transportation, the Murphy Transport division has a proud history dating back to the 1960's. Classed as a multi-disciplinary specialist, working across rail, highways, aviation and ports to deliver sustainable solutions. From major infrastructure projects to responding to emergencies, our range of services help keep the UK and Ireland moving, all whilst applying our unique 'One Murphy' approach. Simply put, this approach means we provide the people, plant and expertise to combat any construction and logistical challenges on even the most difficult sites. Whether using our plant to manage logistics or utilising our engineers to overcome design challenges, we provide practical and innovative results, working around the individual needs of our clients. That's why we're able to construct multi-use sites adjacent to or over major Network Rail and LUL tunnels, apply better engineered solutions and efficiently manage logistics in the busiest areas of the country. These projects are uniquely challenging - and our 'One Murphy' approach mitigate If you meet the above criteria and would be interested in pricing this package please register your interest via CompleteFor. Additional information: If you meet the above criteria and would be interested in pricing this package please register your interest via CompleteFor.",
        "datePublished": "2022-03-18T16:50:03Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45111230",
            "description": "Ground-stabilisation work"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "45112700",
                "description": "Landscaping work"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 501000,
            "currency": "GBP"
        },
        "value": {
            "amount": 1000000,
            "currency": "GBP"
        },
        "tenderPeriod": {
            "endDate": "2022-03-25T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2022-06-20T00:00:00+01:00",
            "endDate": "2022-09-16T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "works",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/ee9f7576-9199-4e8b-87b4-7dc3fbbda7f4",
                "datePublished": "2022-03-18T16:50:03Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Please follow this link to view the notice.",
                "url": "https://www.competefor.com/business/viewOpportunityDetailsSupplier.html?id=61075376"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-201385",
            "name": "J Murphy & Sons Limited",
            "identifier": {
                "legalName": "J Murphy & Sons Limited"
            },
            "address": {
                "streetAddress": "Hiview House, Highgate Road",
                "locality": "London",
                "postalCode": "NW51TN",
                "countryName": "UK"
            },
            "contactPoint": {
                "name": "Louise Appleton",
                "email": "louiseappleton@murphygroup.co.uk",
                "telephone": "07594514782"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-201385",
        "name": "J Murphy & Sons Limited"
    }
}