Scope
Reference
PA091 / DN801122
Description
Wigan Council is seeking a suitably qualified contractor to clear waste illegally deposited on Diggle Flash Nature Reserve adjacent to Bolton House Road, Bickershaw, Wigan, WN2 4AB. The procurement is being undertaken using reduced timescales due to a state of urgency in accordance with Regulation 54 of the Procurement Act 2023. This is in order reduce the environmental impact and fire risk and therefore complies with the Cabinet Office Guidance: Time Limits (note 13).
Wigan Council has committed to remove waste that has been deposited on Diggle Flash (a nature reserve) to the rear (or east of the Bolton House Road Site) and some waste will remain on the adjacent Bolton House Road site.
The quantity of waste Wigan Council expects to be removed is estimated to be 3,243 tonnes. The contractor will be responsible for all aspects of management, access, construction, security, health and safety, environmental protection, haulage/treatment and restoration.
The Bolton House Road site is subject to a closure order (granted 18th July 2025). Access to the site is strictly controlled. Contractors appointed by Wigan Council are permitted to work on the Bolton House Road site with the landowner's permission. The contractor is expected to access the site via the Smith's Lane nature reserve-Diggle Flash footpath, which will involve establishing an access route. The access route is a narrow track approximately 750 metres long that will require overgrowth/trees and canopy removal along it's length to allow HGV access, and a small area of trees will also need to be removed to allow access from the track to the area where the waste is deposited. The waste will need to be loaded onto haulage vehicles for transfer to permitted disposal. Following disposal the remaining waste will need to be reprofiled and the area left safe, which may also require land remediation.
The project will therefore involve the following steps:
1) Phase 1 - Site Preparation and Access
a. Health and Safety
b. Environmental Protection
c. Site Security and Welfare
2) Phase 2 - Arboriculture works and ground protection#
a. Vegetation removal
b. Temporary road surface
3) Phase 3 - Excavation, loading and waste treatment
a. Excavation and loading
b. Haulage and waste disposal
4) Phase 4 - Safe Site Reprofiling and Public Safety
Total value (estimated)
- £750,000 excluding VAT
- £900,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 19 February 2026 to 1 April 2026
- 1 month, 11 days
Main procurement category
Services
CPV classifications
- 90500000 - Refuse and waste related services
- 90700000 - Environmental services
Contract locations
- UK - United Kingdom
Participation
Legal and financial capacity conditions of participation
The bidder, and their Associated Persons identified for this contract, must provide responses to a series of Mandatory and Discretionary Exclusion questions as part of their core supplier information on Find a Tender (Central Digital Platform). Responses will be assessed in line with the supplier suitability assessment detailed in the Invitation to Tender documentation.
Evidence of financial stability of the bidder assessed in line with the supplier suitability assessment in the Invitation to Tender documentation.
Where the bidder is relying on another supplier to act as a guarantor, evidence of financial stability of the guarantor.
Commitment to provide the insurance cover: a. Employer's (Compulsory) Liability Insurance = £10,000,000, for each and every claim, unlimited in any one year; b. Public Liability Insurance = £5,000,000, for each and every claim, unlimited in any one year; c. Plant/vehicle insurance (or Contract Works Insurance) to demonstrate all vehicles, plant and machinery are insured.
Technical ability conditions of participation
Relevant experience which demonstrates sufficient technical and professional ability and experience. This must include one large-scale waste removal project involving a minimum of 3,000 tonnes.
Where the bidder is to sub-contract a proportion of the contract, evidence is required to demonstrate maintenance of a healthy supply chain with subcontractors and the procedures used to ensure performance of the contract.
Organisational standards: a) Site Permit, b) Environmental Management System, c) Waste Carriers' licence, d) Haulier Operating Licence e) member of the Safety Schemes in Procurement (SSIP) or other relevant certification/audit.
Modern Slavery declaration / Artificial Intelligence declaration, assessed in line with the supplier suitability assessment detailed in the Invitation to Tender documentation.
No unspent environmental convictions and environmental compliance review assessed in line with the Supplier Suitability Assessment detailed in the Invitation to Tender Documentation.
Tenderers must have visited the Bolton House Road Site - bidders must refer to the Invitation to Tender documentation for further details.
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
14 January 2026, 11:59pm
Tender submission deadline
22 January 2026, 5:00pm
Submission address and any special instructions
Tenderers must register on The Chest procurement portal
All questions and submission must be submitted via the portal.
Additional confidential documents will be sent to registered suppliers, and suppliers must be prepared to sign a non-disclosure agreement.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
9 February 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Financial | Price | 50.00% | |
| Social Value | a. Responsible Employer b. Local Employment c. Contribution to local community and/or Diggle Nature Reserve |
Quality | 15.00% |
| Site Preparation and Access | Quality | 10.00% | |
| Excavation, haulage and waste treatment | Quality | 10.00% | |
| Health and Safety | Quality | 5.00% | |
| Arboriculture works and ground protection | Quality | 5.00% | |
| Safe Site Profiling and Public Safety | Quality | 5.00% |
Other information
Payment terms
Payments are dependent on completion of each phase and verification of disposed tonnage.
Valid invoices will be paid within 30 days.
Description of risks to contract performance
* Working period. The work is currently estimated at 6-weeks. Delays due to unforeseen circumstances e.g. adverse weather, uncovering unexpected wastes may occur.
* Hazardous material - only hand sampling/visual site investigation has been undertaken to date. There is a risk other materials may be present underneath the waste.
* Vandalism/theft - the site is subject to a closure order linked to a criminal investigation, the likelihood of theft/vandalism of plant machinery should be considered.
* Fire - the site was subject to significant fire in early July 2025. The waste is still active with potential for the heat to rise particularly in warmer weather which increases the fire risk.
* Modifications - any modifications that may become necessary e.g. site conditions, access, working hours, impact on neighbours) will be covered by contract to variation rules.
* The contractor is asked to provide a haulage and disposal rate, so payments related to phase 3 will be dependent on the quantity of material moved.
* The contractor is asked to provide 'weekly' costs for some items since there is a risk of delays or changes in scope due to nature of the works involved, therefore the contractor should be prepared that the contract may longer than 6 weeks.
* Reputational Risk
• Cybersecurity Threats - A data breach or system compromise could damage public trust and the authority's reputation.
• Supply Chain Disruption - Failure to deliver equipment on time may lead to negative publicity and stakeholder dissatisfaction.
* Corporate Risk
• Regulatory or Policy Changes - Non-compliance with new health and safety or environmental regulations could expose the organisation to legal and reputational consequences.
• Dependency on Third Parties - Poor performance by subcontractors could undermine organisational credibility and governance.
* Operational Risk
• Workforce Availability - Shortages of skilled staff could disrupt service continuity and operational efficiency.
• Environmental Events - Severe weather or climate-related incidents may impact logistics and delivery schedules.
• Technology Obsolescence - Outdated equipment could hinder service delivery and operational effectiveness.
* Financial Risk
• Economic Volatility - Inflation or price fluctuations in materials and energy costs could increase contract costs and strain budgets.
• Supply Chain Disruption - Delays may lead to additional costs for expedited delivery or alternative sourcing.
* Health and Safety Risk
• Regulatory or Policy Changes - Changes in safety standards could require urgent compliance measures.
• Technology Obsolescence - Outdated or non-compliant equipment could pose safety hazards to users.
• Environmental Events - Severe weather could create unsafe conditions for delivery and installation teams.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Reduced tendering period
Yes
State of urgency - minimum 10 days
Contracting authority
Wigan Council
- Public Procurement Organisation Number: PCGG-6481-TZPW
Town Hall
Wigan
WN1 1YN
United Kingdom
Contact name: Peter Davies
Telephone: +447917270387
Email: p.davies@wigan.gov.uk
Website: http://www.wigan.gov.uk/
Region: UKD36 - Greater Manchester North West
Organisation type: Public authority - sub-central government