Notice Information
Notice Title
Haigh Woodland Park - Bothy Cottages and Events Venue Restoration and New Build Construction
Notice 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. The contract dates stated in this Contract Details Notice include a 12-month rectification period from practical completion. Wigan Council have appointed a design team which will be assisting the Authority to carry out the procurement and management of the contract.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-050f77
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/085236-2025
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- UK7 - Contract Details Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
Notice Value(s)
- Tender Value
- £5,500,000 £1M-£10M
- Lots Value
- £5,500,000 £1M-£10M
- Awards Value
- £5,601,561 £1M-£10M
- Contracts Value
- £5,551,561 £1M-£10M
Notice Dates
- Publication Date
- 22 Dec 20252 months ago
- Submission Deadline
- 18 Jul 2025Expired
- Future Notice Date
- 19 May 2025Expired
- Award Date
- 4 Sep 20255 months ago
- Contract Period
- 27 Oct 2025 - 15 Jan 2028 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WIGAN COUNCIL
- Contact Name
- Not specified
- Contact Email
- h.coombs@wigan.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- WIGAN
- Postcode
- WN1 1YN
- Post Town
- Wigan
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD3 Greater Manchester
- Small Region (ITL 3)
- TLD36 Greater Manchester North West
- Delivery Location
- TLD3 Greater Manchester
-
- Local Authority
- Wigan
- Electoral Ward
- Wigan Central
- Westminster Constituency
- Wigan
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/085236-2025
22nd December 2025 - Contract details notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/056435-2025
15th September 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/031611-2025
11th June 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/024699-2025
22nd May 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/019969-2025
9th May 2025 - Pipeline notice on Find a Tender -
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.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-050f77-2025-12-22T09:33:52Z",
"date": "2025-12-22T09:33:52Z",
"ocid": "ocds-h6vhtk-050f77",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "019969-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/019969-2025",
"datePublished": "2025-05-09T10:38:08+01:00",
"format": "text/html"
}
]
},
"parties": [
{
"id": "GB-PPON-PCGG-6481-TZPW",
"name": "Wigan Council",
"identifier": {
"scheme": "GB-PPON",
"id": "PCGG-6481-TZPW"
},
"address": {
"streetAddress": "Wigan Town Hall, Library Street",
"locality": "Wigan",
"postalCode": "WN1 1YN",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD36"
},
"contactPoint": {
"email": "H.Coombs@wigan.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
],
"url": "https://www.wigan.gov.uk"
}
},
{
"id": "GB-COH-04459448",
"name": "ROSSLEE CONSTRUCTION LTD",
"identifier": {
"scheme": "GB-COH",
"id": "04459448"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PYRJ-3189-GLDM"
}
],
"address": {
"streetAddress": "Rosslee Construction, 30 Black Abbey St",
"locality": "Accrington",
"postalCode": "BB5 1HT",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD46"
},
"roles": [
"tenderer"
],
"details": {
"url": "http://www.rosslee.co.uk",
"scale": "sme",
"vcse": false
}
},
{
"id": "GB-COH-00303359",
"name": "TILBURY DOUGLAS CONSTRUCTION LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "00303359"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PVYV-7176-QRDD"
}
],
"address": {
"streetAddress": "30-40 Eastcheap",
"locality": "London",
"postalCode": "EC3M 1HD",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"roles": [
"tenderer"
],
"details": {
"url": "http://www.tilburydouglas.co.uk",
"scale": "large",
"vcse": false
}
},
{
"id": "GB-COH-00725675",
"name": "H.H. SMITH & SONS CO. LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "00725675"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PZND-1425-NLCH"
}
],
"address": {
"streetAddress": "95 Bury Old Road",
"locality": "Manchester",
"postalCode": "M45 7AY",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKD37"
},
"contactPoint": {
"email": "info@hhsmith.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "http://www.hhsmith.co.uk",
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PCGG-6481-TZPW",
"name": "Wigan Council"
},
"tender": {
"id": "DN775249",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Haigh Woodland Park - Bothy Cottages and Events Venue Restoration and New Build Construction",
"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. The contract dates stated in this Contract Details Notice include a 12-month rectification period from practical completion. Wigan Council have appointed a design team which will be assisting the Authority to carry out the procurement and management of the contract.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"deliveryAddresses": [
{
"region": "UKD3",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD3",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD3",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"mainProcurementCategory": "works",
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2025-10-01T00:00:00+01:00",
"endDate": "2027-01-29T23:59:59Z"
},
"status": "complete",
"value": {
"amountGross": 6600000,
"amount": 5500000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality/Social Value",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality/Social Value",
"numbers": [
{
"number": 50,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "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 PS10million. 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 PS10 million in respect of any one claim unlimited in any one year; b. Public Liability Insurance = a minimum of PS10 million in respect of any one claim unlimited in any one year; c. Professional Indemnity Insurance = a minimum of PS10 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."
},
{
"type": "technical",
"description": "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."
},
{
"type": "economic",
"description": "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 PS10million. The bidder must commit to obtain a Parent Company Guarantee (in the event of a contractor having a parent company) and a Performance Bond or guarantee from a bank or other approved surety. The bidder must hold, or commit to obtain, prior to the award of the contract, the levels of insurance cover specified in the Bill of Quantities document and indicated as follows: a. Employer's Liability Insurance = a minimum of PS10 million for any one occurrence or series of occurrences arising out of one event; b. Public Liability Insurance = a minimum of PS10 million for any one occurrence or series of occurrences arising out of one event; c. Professional Indemnity Insurance = a minimum of PS5 million for claims or series of claims arising out of one event; 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."
},
{
"type": "technical",
"description": "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."
}
]
},
"suitability": {
"sme": true
}
}
],
"communication": {
"futureNoticeDate": "2025-05-19T23:59:59+01:00"
},
"status": "complete",
"value": {
"amountGross": 6600000,
"amount": 5500000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"aboveThreshold": true,
"submissionMethodDetails": "Tenders must be submitted via The Chest procurement portal at https://www.the-chest.org.uk. Bidders can obtain the tender documents at the following link 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: https://procontract.due-north.com/Advert?advertId=10228af7-c634-f011-8136-005056b64545&p=e0cc5631-4690-e511-80fb-000c29c9ba21",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-07-18T17:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-07-11T23:59:00+01:00"
},
"awardPeriod": {
"endDate": "2025-09-05T23:59:59+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "L-1",
"documentType": "biddingDocuments",
"description": "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.",
"url": "https://procontract.due-north.com/Advert?advertId=10228af7-c634-f011-8136-005056b64545&p=e0cc5631-4690-e511-80fb-000c29c9ba21"
},
{
"id": "024699-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/024699-2025",
"datePublished": "2025-05-22T12:13:53+01:00",
"format": "text/html"
},
{
"id": "031611-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/031611-2025",
"datePublished": "2025-06-11T15:36:05+01:00",
"format": "text/html"
}
],
"amendments": [
{
"id": "031611-2025",
"description": "The 'Legal and Financial Capacity Conditions of Participation' have been amended in respect of the insurance requirements and a parent company guarantee and performance bond."
}
]
},
"language": "en",
"bids": {
"details": [
{
"id": "1",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-00725675",
"name": "H.H. SMITH & SONS CO. LIMITED"
}
],
"relatedLots": [
"1"
]
},
{
"id": "2",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-04459448",
"name": "ROSSLEE CONSTRUCTION LTD"
}
],
"relatedLots": [
"1"
]
},
{
"id": "3",
"status": "valid",
"tenderers": [
{
"id": "GB-COH-00303359",
"name": "TILBURY DOUGLAS CONSTRUCTION LIMITED"
}
],
"relatedLots": [
"1"
]
}
],
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"status": "active",
"date": "2025-09-05T00:00:00+01:00",
"value": {
"amountGross": 6721874.06,
"amount": 5601561.72,
"currency": "GBP"
},
"mainProcurementCategory": "works",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-00725675",
"name": "H.H. SMITH & SONS CO. LIMITED"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
}
],
"deliveryAddresses": [
{
"region": "UKD3",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD3",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2025-09-24T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2025-10-13T00:00:00+01:00",
"endDate": "2026-12-18T23:59:59Z"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "056435-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/056435-2025",
"datePublished": "2025-09-15T09:52:50+01:00",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-09-15T00:00:00+01:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-10-03T23:59:59+01:00",
"status": "scheduled"
}
]
}
],
"contracts": [
{
"id": "1",
"awardID": "1",
"status": "active",
"period": {
"startDate": "2025-10-27T00:00:00Z",
"endDate": "2028-01-15T23:59:59Z"
},
"value": {
"amountGross": 6661874.06,
"amount": 5551561.72,
"currency": "GBP"
},
"aboveThreshold": true,
"dateSigned": "2025-10-27T00:00:00Z",
"agreedMetrics": [
{
"id": "1",
"title": "Programme",
"description": "Achievement of programme against agreed milestones/timeline (updated construction programme required from the main contractor)."
},
{
"id": "2",
"title": "Contract Sum",
"description": "Forecast final account versus the tendered sum (financial update required from the main contractor)."
},
{
"id": "3",
"title": "Social Value",
"description": "Delivery of agreed Social Value commitments (updated Social Value Delivery Plan and progress report prepared by the contractor)."
}
],
"documents": [
{
"id": "085236-2025",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/085236-2025",
"datePublished": "2025-12-22T09:33:52Z",
"format": "text/html"
}
]
}
]
}