Section one: Contracting authority
one.1) Name and addresses
City of Doncaster Council
Civic Court, Waterdale
Doncaster
DN1 3BU
Contact
Mr Jed Turner
jed.turner@efficiencynorth.org
Telephone
+44 7788411495
Country
United Kingdom
Region code
UKE31 - Barnsley, Doncaster and Rotherham
Internet address(es)
Main address
https://www.efficiencynorth.org/procure
Buyer's address
https://www.efficiencynorth.org/procure
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Design and Build of Improvement Works to Gypsey and Traveller Sites
Reference number
DN696217
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The underlying contract is awarded via a mini competition from E N Procure DPS for Installation, Responsive Repairs and Maintenance (Lot 29) (OJEU reference 2019/S 187-453493) to procure works for for a 2-stage tender process to select a Management Contractor, whereby:
Stage 1 - Pricing is based on Preconstruction Services and Preliminaries. Copies of all the design information was provided to bidders so that they may assess the extent and nature of the required design review and modification, value management process and the pricing of the works to achieve the Employer’s Budget.
The intention is that one contractor will be appointed at the end of stage 1 and enter into a Preconstruction Services Agreement to undertake stage 2.
The selection of the Contractor was based on a 40%:60% price quality evaluation (quality including 10% Social Value). The successful outcome of Stage 1 will be the selection of the Contractor and award of the Preconstruction Services Agreement
The works comprise construction of 39 new pods across 3 sites and associated works in accordance with the scope, Employer’s and statutory requirements.
The works shall be completed to meet the requirements of City of Doncaster Council (CDC) and St Leger Homes of Doncaster (SLHD).
During the Pre-Construction Services, the Contractor will be required to review the current designs including all detailed drawings, specifications, calculations, and assessments along with the Employer’s additional requirements to provide cost advice for achieving the Employer’s Budget Cost of £5 million. SLHD have engaged with Waldeck Consulting to undertake Architectural, Structural/Civil, and Surveying services for the Planning and development of the pre-manufactured pod units at the three-sites G&T sites, to RIBA Stage 4 (restricted to RIBA Stages 3 and 4). Waldeck have produced full planning application for the three sites and development of the internal designs including development and guidance on fire requirements.
The Contractor is required to provide a programme for identifying the tasks and actions necessary to review, modify and value engineer / manage the current design proposals to develop the Project Works Cost Plan and deliver the works in accordance with the Employer’s Budget Cost.
The Contractor shall be required to work collaboratively with the Employer and Employer’s project team to undertake the design review to achieve the Project Objectives and required viability including the development and tendering of sub-packages for agreed solutions, scopes and specifications defined in accordance with the design review process.
Subject to achieving an acceptable Project Works Cost and the Employer’s Instruction to award the building contract for completing the works, the Contractor will Construct all parts of the works in accordance with the Employer’s requirements and the Scope developed and agreed under the PCSA.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £5,245,673
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The underlying contract is awarded via a mini competition from E N Procure DPS for Installation, Responsive Repairs and Maintenance (Lot 29) (OJEU reference 2019/S 187-453493) to procure works for for a 2-stage tender process to select a Management Contractor, whereby:
Stage 1 - Pricing is based on Preconstruction Services and Preliminaries. Copies of all the design information was provided to bidders so that they may assess the extent and nature of the required design review and modification, value management process and the pricing of the works to achieve the Employer’s Budget.
The intention is that one contractor will be appointed at the end of stage 1 and enter into a Preconstruction Services Agreement to undertake stage 2.
The selection of the Contractor was based on a 40%:60% price quality evaluation (quality including 10% Social Value). The successful outcome of Stage 1 will be the selection of the Contractor and award of the Preconstruction Services Agreement
The works comprise construction of 39 new pods across 3 sites and associated works in accordance with the scope, Employer’s and statutory requirements.
The works shall be completed to meet the requirements of City of Doncaster Council (CDC) and St Leger Homes of Doncaster (SLHD).
During the Pre-Construction Services, the Contractor will be required to review the current designs including all detailed drawings, specifications, calculations, and assessments along with the Employer’s additional requirements to provide cost advice for achieving the Employer’s Budget Cost of £5 million. SLHD have engaged with Waldeck Consulting to undertake Architectural, Structural/Civil, and Surveying services for the Planning and development of the pre-manufactured pod units at the three-sites G&T sites, to RIBA Stage 4 (restricted to RIBA Stages 3 and 4). Waldeck have produced full planning application for the three sites and development of the internal designs including development and guidance on fire requirements.
The Contractor is required to provide a programme for identifying the tasks and actions necessary to review, modify and value engineer / manage the current design proposals to develop the Project Works Cost Plan and deliver the works in accordance with the Employer’s Budget Cost.
The Contractor shall be required to work collaboratively with the Employer and Employer’s project team to undertake the design review to achieve the Project Objectives and required viability including the development and tendering of sub-packages for agreed solutions, scopes and specifications defined in accordance with the design review process.
Subject to achieving an acceptable Project Works Cost and the Employer’s Instruction to award the building contract for completing the works, the Contractor will Construct all parts of the works in accordance with the Employer’s requirements and the Scope developed and agreed under the PCSA.
two.2.5) Award criteria
Quality criterion - Name: As per ITT / Weighting: 60
Price - Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
Option between Modern Methods of Construction and System Built.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2019/S 187-453493
Section five. Award of contract
Contract No
DN696217
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 May 2025
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
R H Fulwood
19 Rowley Lane, South Elmsall
Pontefract
WF2JP
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £0.01 / Highest offer: £5,245,673 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom