Tender

Hope School Relocation Main Works

WIGAN COUNCIL

This public procurement record has 3 releases in its history.

Tender

16 Sep 2025 at 10:37

Planning

01 Aug 2025 at 14:07

Planning

28 Jul 2025 at 11:30

Summary of the contracting process

Wigan Council is actively seeking to conduct the main construction works for the relocation of Hope School and College, a specialised educational facility for students with severe learning difficulties and complex needs, to Montrose Avenue, Wigan. The project, titled "Hope School Relocation Main Works", falls under the construction industry sector and has a significant estimated value of GBP 18 million. The procurement process is currently in the tender stage, employing a competitive flexible procedure over two distinct phases. Interested bidders must express their interest by 17th October 2025, with enquiries closing on 10th October 2025. The proposed location for these works is within the UKD3 region, and the completion deadline for awarding the contract is set for 16th February 2026.

This tender presents a robust opportunity for construction firms with a proven track record in educational facilities, particularly those with experience in Special Educational Needs and Disabilities (SEND) buildings, to expand their business. The project involves constructing state-of-the-art SEND facilities, suggesting significant potential for firms confident in delivering large-scale, complex building projects. Companies demonstrating sound financial standing, a turnover of at least GBP 35 million, and the ability to meet insurance specifications will find this contract particularly appealing. The structured, two-stage tender process opens a competitive avenue for businesses to secure a key public sector contract, with the added benefit of contributing to societal value by enhancing educational infrastructure for vulnerable groups.

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

Hope School Relocation Main Works

Notice Description

Wigan Council are seeking to procure the main construction works for the relocation of Hope School and College to the Central Park Site, Montrose Avenue, Wigan. The school is a SEND school for severe learning difficulties and profound and complex physical/medical needs and has a catchment area of the whole of the borough. The main build will comprise of 2 new state of the art SEND buildings, one including 13 primary school age classrooms, alongside hydrotherapy pool, kitchen, rebound room, and reception offices (GIFA 2387m2) and a secondary school building with 10 secondary school classrooms, with dining hall, reheat kitchen, and seven specialist resource rooms - art room, food tech, ICT etc (GIFA 1586m2). A third block is to be created utilising an existing 2 storey building to form the main administration facility for the school and the area for the most complex needs pupils (GIFA 1455m2). Externals include car park with drop off area, playgrounds and soft landscaping. The estimated value of the works is GBP 18 million. The procurement is being carried out in two stages using the Competitive Flexible procedure. Stage 1 - Invitation to Participate will comprise of a pre-qualification questionnaire including a scored assessment. This stage will be used to identify a shortlist of suppliers to go through to the next stage. It is intended to invite the top 5 scoring bids at Stage 1 to be invited to submit a final tender bid at Stage 2 - Invitation to Tender.

Planning Information

The deadline to respond to this Preliminary Market Engagement consultation is Friday 15th August at 17:00. Those interested in responding should submit their consultation response via The Chest procurement portal at https://www.the-chest.org.uk (reference number DN785130). As detailed in the Preliminary Market Engagement consultation document, the Authority reserves the right to contact respondents (which may be some but not all) in order to follow up on views submitted.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-056700
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/056884-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
£18,000,000 £10M-£100M
Lots Value
£18,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Sep 20255 months ago
Submission Deadline
10 Oct 2025Expired
Future Notice Date
20 Aug 2025Expired
Award Date
Not specified
Contract Period
16 Mar 2026 - 15 Mar 2027 6-12 months
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
WIGAN COUNCIL
Contact Name
Not specified
Contact Email
procurement@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

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-h6vhtk-056700-2025-09-16T11:37:10+01:00",
    "date": "2025-09-16T11:37:10+01:00",
    "ocid": "ocds-h6vhtk-056700",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "043426-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/043426-2025",
                "datePublished": "2025-07-28T12:30:44+01:00",
                "format": "text/html"
            },
            {
                "id": "045299-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/045299-2025",
                "datePublished": "2025-08-01T15:07:29+01:00",
                "format": "text/html"
            }
        ],
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The deadline to respond to this Preliminary Market Engagement consultation is Friday 15th August at 17:00. Those interested in responding should submit their consultation response via The Chest procurement portal at https://www.the-chest.org.uk (reference number DN785130). As detailed in the Preliminary Market Engagement consultation document, the Authority reserves the right to contact respondents (which may be some but not all) in order to follow up on views submitted.",
                "dueDate": "2025-08-15T23:59:59+01:00",
                "status": "scheduled"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PCGG-6481-TZPW",
            "name": "Wigan Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PCGG-6481-TZPW"
            },
            "address": {
                "streetAddress": "Town Hall",
                "locality": "Wigan",
                "postalCode": "WN1 1YN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD36"
            },
            "contactPoint": {
                "email": "Procurement@wigan.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.wigan.gov.uk/",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PCGG-6481-TZPW",
        "name": "Wigan Council"
    },
    "tender": {
        "id": "DN788642",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Hope School Relocation Main Works",
        "description": "Wigan Council are seeking to procure the main construction works for the relocation of Hope School and College to the Central Park Site, Montrose Avenue, Wigan. The school is a SEND school for severe learning difficulties and profound and complex physical/medical needs and has a catchment area of the whole of the borough. The main build will comprise of 2 new state of the art SEND buildings, one including 13 primary school age classrooms, alongside hydrotherapy pool, kitchen, rebound room, and reception offices (GIFA 2387m2) and a secondary school building with 10 secondary school classrooms, with dining hall, reheat kitchen, and seven specialist resource rooms - art room, food tech, ICT etc (GIFA 1586m2). A third block is to be created utilising an existing 2 storey building to form the main administration facility for the school and the area for the most complex needs pupils (GIFA 1455m2). Externals include car park with drop off area, playgrounds and soft landscaping. The estimated value of the works is GBP 18 million. The procurement is being carried out in two stages using the Competitive Flexible procedure. Stage 1 - Invitation to Participate will comprise of a pre-qualification questionnaire including a scored assessment. This stage will be used to identify a shortlist of suppliers to go through to the next stage. It is intended to invite the top 5 scoring bids at Stage 1 to be invited to submit a final tender bid at Stage 2 - Invitation to Tender.",
        "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": "2026-03-16T00:00:00+00:00",
                    "endDate": "2027-03-15T23:59:59+00:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 21600000,
                    "amount": 18000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Price",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality/Social Value",
                            "description": "Quality/Social Value.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "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 Participate documentation. The Authority will carry out a review of a bidder's financial stability and risk following a review of financial information submitted. This may include a review of financial risk reports obtained independently by Wigan Council from providers such as Equifax, Dun and Bradstreet, Company Watch etc. which confirm this position. The bidder must have a minimum annual turnover of PS35million. The bidder must confirm whether they are relying on another supplier to act as a guarantor and, if so, provide evidence of their economic and financial standing, which will be subject to a financial assessment of financial stability and risk. 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 as follows: Public Liability insurance - a minimum of PS10million is required in respect of each and every claim, unlimited in any one year; Employers Liability insurance - a minimum of PS5million is required in respect of each and every claim, unlimited in any one year; Professional Indemnity insurance - a minimum of PS5million in respect of any one claim covering all employees; Works insurance - PS10million in respect of each and every event and not in the aggregate. 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": "The bidder must have experience of constructing educational buildings, including SEND buildings, within the last 5 years. 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 Participate documentation."
                        },
                        {
                            "description": "Stage 1 - Invitation to Participate - will consist of a supplier suitability assessment, assessed on a Pass/Fail basis, of responses to a Procurement Specific Questionnaire (PSQ) which will include the Common Assessment Standard (CAS). This stage will also involve bidders responding to a series of supplementary questions which will take the form of a scored assessment. The scored supplementary questions include Experience (60%, consisting of 3 case study responses with each case study worth 20% of the scoring), Minimising Disruption (30%) and Local Economy (10%). It is intended to invite the top 5 scoring bids at Stage 1 - Invitation to Participate of this Competitive Flexible Procedure to submit a tender at Stage 2 - Invitation to Tender.",
                            "forReduction": true
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-08-20T23:59:59+01:00"
        },
        "status": "active",
        "value": {
            "amountGross": 21600000,
            "amount": 18000000,
            "currency": "GBP"
        },
        "aboveThreshold": true,
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Wigan Council are procuring this contract using a two-stage 'Restricted Tender' process under the Competitive Flexible Procedure. A full description of the process to be followed is contained within the Invitation to Participate documentation. In brief, the process to be followed is as follows: Stage 1 - Invitation to Participate - will consist of a supplier suitability assessment of responses to a Procurement Specific Questionnaire (PSQ) which will include the Common Assessment Standard (CAS). This stage will also involve bidders responding to a series of supplementary questions which will take the form of a scored assessment. It is intended to invite the top 5 scoring bids at Stage 1 - Invitation to Participate of this Competitive Flexible Procedure to submit a tender at Stage 2 - Invitation to Tender. Stage 2 - Invitation to Tender - at this stage the shortlisted bidders will be asked to provide a final tender bid for the project. This will consist of a fixed-price tender for this project as well as responses to Quality and Social Value questions. Both Price and Quality/Social Value elements will be assessed in line with the Invitation to Tender Award Criteria. The intention of this stage is to identify the supplier submitting the most advantageous tender to whom an intended award of contract will be made."
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://www.the-chest.org.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-10-17T12:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-10-10T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-02-16T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "Associated tender documents are available via The Chest procurement portal.",
                "url": "https://www.the-chest.org.uk"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "Documents at Stage 2 - Invitation to Tender will be provided via The Chest procurement portal at https://www.the-chest.org.uk to shortlisted bidders."
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "056884-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/056884-2025",
                "datePublished": "2025-09-16T11:37:10+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}