Tender

Chorley Tunnel South Cutting- Soil Nailing

J MURPHY & SONS LIMITED

This public procurement record has 1 release in its history.

Tender

30 May 2022 at 08:30

Summary of the contracting process

The procurement process involves a tender titled "Chorley Tunnel South Cutting- Soil Nailing," initiated by J Murphy & Sons Limited. This tender, categorised under Ground-stabilisation work, is located in the UK and is currently at the tender stage. The deadline for tender submissions is 3rd June 2022, with the contract period set to commence on 31st October 2022 and concluding on 28th April 2023. Tenders must remain valid for acceptance for a minimum of 120 days post the closing date, with a project minimum value of £1,000,000 and a maximum value of £2,500,000.

This tender offers significant opportunities for businesses specialising in ground-stabilisation and associated works, such as Soil Nailing and traffic management. Construction companies and contractors with expertise in such projects, particularly those holding relevant health and safety accreditations, will find this tender particularly appealing. The competitive procurement method highlights the need for businesses to offer comprehensive services, detailed proposals, and a strong understanding of the project requirements to enhance their chances of success.

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

Chorley Tunnel South Cutting- Soil Nailing

Notice Description

JMS have been awarded a contract from Network Rail for works at Chorley Tunnel South Cutting to commence towards the end of 2022. The works being tendered for involve Soil Nailing with an element of De-veg, Gas & Grouting burrows, enabling works, drainage & traffic management. All plant and labour to be allowed for and deliveries including unloading and storing. The contractor is to be self sufficient and Murphy to only supply Supervision, Welfare, compound and security. About the buyer's selection process: 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), Email for more info- drawings etc as it isn't allowing me to attach as the files are too large. Louiseappleton@murphygroup.co.uk Additional information: Email for more info- drawings etc as it isn't allowing me to attach as the files are too large. Louiseappleton@murphygroup.co.uk

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-c0402b36-7879-4ebb-8de3-f0dc069129a4
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/58278056-2e28-4cd6-a3c7-ac8ec8c197d5
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

Notice Value(s)

Tender Value
£2,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 May 20223 years ago
Submission Deadline
3 Jun 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Oct 2022 - 28 Apr 2023 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-c0402b36-7879-4ebb-8de3-f0dc069129a4-2022-05-30T09:30:03+01:00",
    "date": "2022-05-30T09:30:03+01:00",
    "ocid": "ocds-b5fd17-c0402b36-7879-4ebb-8de3-f0dc069129a4",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "C4N62666330",
        "title": "Chorley Tunnel South Cutting- Soil Nailing",
        "description": "JMS have been awarded a contract from Network Rail for works at Chorley Tunnel South Cutting to commence towards the end of 2022. The works being tendered for involve Soil Nailing with an element of De-veg, Gas & Grouting burrows, enabling works, drainage & traffic management. All plant and labour to be allowed for and deliveries including unloading and storing. The contractor is to be self sufficient and Murphy to only supply Supervision, Welfare, compound and security. About the buyer's selection process: 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), Email for more info- drawings etc as it isn't allowing me to attach as the files are too large. Louiseappleton@murphygroup.co.uk Additional information: Email for more info- drawings etc as it isn't allowing me to attach as the files are too large. Louiseappleton@murphygroup.co.uk",
        "datePublished": "2022-05-30T09:30:03+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45111230",
            "description": "Ground-stabilisation 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": 1000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 2500000,
            "currency": "GBP"
        },
        "tenderPeriod": {
            "endDate": "2022-06-03T17:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2022-10-31T00:00:00Z",
            "endDate": "2023-04-28T23:59:59+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/58278056-2e28-4cd6-a3c7-ac8ec8c197d5",
                "datePublished": "2022-05-30T09:30:03+01:00",
                "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=62666332"
            }
        ]
    },
    "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"
    }
}