Scope
Reference
DN775249
Description
Wigan Council has been successful with a Round 2 National Lottery Heritage Fund (NLHF) grant application for the restoration of Haigh Woodland Park. The Council is seeking to commission an appropriate contractor to undertake the restoration of the bothy cottages and potting sheds combined with a contemporary new-build range of glasshouses. The project will bring an under-used part of the site back into beneficial use and provide a focus for visitor experience combined with facilities for training, volunteering, events, and education.
Wigan Council are seeking to procure a main contractor suitably experienced, resourced and with capacity to lead on this combination of both restoration and new-build, appointing specialist sub-contractors as required to deliver the specification of work.
The programme of works targets the delivery of the specified works between October 2025 and January 2027.
Wigan Council have appointed a design team which will be assisting the Authority to carry out the procurement and management of the contract. Details of the design team is available in the Invitation to Tender documentation.
Total value (estimated)
- £5,500,000 excluding VAT
- £6,600,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 October 2025 to 29 January 2027
- 1 year, 3 months, 29 days
Main procurement category
Works
CPV classifications
- 45000000 - Construction work
Contract locations
- UKD3 - Greater Manchester
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), and the bidder must respond to Corporate and Professional Standing questions in Section 3 of the Common Assessment Standard. Responses will be assessed in line with the supplier suitability assessment detailed in the Invitation to Tender documentation.
The bidder must have a minimum annual turnover of £10million.
The bidder must already have, or commit to obtain, prior to the award of the contract, the following levels of insurance cover: a. Employer's (Compulsory) Liability Insurance = a minimum of £10 million in respect of any one claim unlimited in any one year; b. Public Liability Insurance = a minimum of £10 million in respect of any one claim unlimited in any one year; c. Professional Indemnity Insurance = a minimum of £10 million for any one claim, covering all employees; d. Contract Works Insurance (Option C, JCT SBC/Q 2024).
Bidders which are classed as a relevant commercial organisation as defined by section 54 ("Transparency in supply chains etc") of the Modern Slavery Act 2015 ("the Act") need to be compliant with the annual reporting requirements contained within Section 54 of the Act 2015.
Technical ability conditions of participation
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.
The bidder will be required to hold the following organisational qualifications or standards: Considerate Constructors Scheme.
The bidder will be required to complete/evidence/certify against the 'Common Assessment Standard' question set in line with the assessment methodology detailed in the Invitation to Tender documentation.
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
11 July 2025, 11:59pm
Tender submission deadline
18 July 2025, 5:00pm
Submission address and any special instructions
Tenders must be submitted via The Chest procurement portal at https://www.the-chest.org.uk.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
5 September 2025
Award criteria
Name | Type | Weighting |
---|---|---|
Price | Price | 50% |
Quality/Social Value | Quality | 50% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Documents
Associated tender documents
https://procontract.due-north.com/Advert?advertId=10228af7-c634-f011-8136-005056b64545&p=e0cc5631-4690-e511-80fb-000c29c9ba21
Bidders can obtain the tender documents at the link provided to the advert on The Chest procurement portal - bidders will need to login and then 'register an interest' in the tender to view the tender documents and submit a bid.
Contracting authority
Wigan Council
- Public Procurement Organisation Number: PCGG-6481-TZPW
Wigan Town Hall, Library Street
Wigan
WN1 1YN
United Kingdom
Email: H.Coombs@wigan.gov.uk
Website: https://www.wigan.gov.uk
Region: UKD36 - Greater Manchester North West
Organisation type: Public authority - sub-central government