Contract

Design and Build of Improvement Works to Gypsey and Traveller Sites

  • City of Doncaster Council

F03: Contract award notice

Notice identifier: 2025/S 000-030592

Procurement identifier (OCID): ocds-h6vhtk-054472

Published 6 June 2025, 1:34pm



Section one: Contracting authority

one.1) Name and addresses

City of Doncaster Council

Civic Court, Waterdale

Doncaster

DN1 3BU

Contact

Mr Jed Turner

Email

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