Notice Information
Notice Title
Design and Build of Improvement Works to Gypsey and Traveller Sites
Notice 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 PS5 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.
Lot Information
Lot 1
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 PS5 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.
Options: Option between Modern Methods of Construction and System Built.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-054472
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/030592-2025
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Dynamic
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Jun 202511 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 20 May 202511 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CITY OF DONCASTER COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- DONCASTER
- Postcode
- DN1 3BU
- Post Town
- Doncaster
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE3 South Yorkshire
- Small Region (ITL 3)
- TLE35 Doncaster
- Delivery Location
- Not specified
-
- Local Authority
- Doncaster
- Electoral Ward
- Town
- Westminster Constituency
- Doncaster Central
Further Information
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-054472-2025-06-06T13:34:27+01:00",
"date": "2025-06-06T13:34:27+01:00",
"ocid": "ocds-h6vhtk-054472",
"initiationType": "tender",
"tender": {
"id": "DN696217",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Design and Build of Improvement Works to Gypsey and Traveller Sites",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"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 PS5 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.",
"lots": [
{
"id": "1",
"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 PS5 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.",
"awardCriteria": {
"criteria": [
{
"name": "As per ITT",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": true,
"options": {
"description": "Option between Modern Methods of Construction and System Built."
},
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasDynamicPurchasingSystem": true
},
"coveredBy": [
"GPA"
]
},
"awards": [
{
"id": "030592-2025-DN696217-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-150683",
"name": "R H Fulwood"
}
]
}
],
"parties": [
{
"id": "GB-FTS-150682",
"name": "City of Doncaster Council",
"identifier": {
"legalName": "City of Doncaster Council"
},
"address": {
"streetAddress": "Civic Court, Waterdale",
"locality": "Doncaster",
"region": "UKE31",
"postalCode": "DN1 3BU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Mr Jed Turner",
"telephone": "+44 7788411495",
"email": "jed.turner@efficiencynorth.org"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://www.efficiencynorth.org/procure",
"buyerProfile": "https://www.efficiencynorth.org/procure",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "06",
"description": "Housing and community amenities"
}
]
}
},
{
"id": "GB-FTS-150683",
"name": "R H Fulwood",
"identifier": {
"legalName": "R H Fulwood"
},
"address": {
"streetAddress": "19 Rowley Lane, South Elmsall",
"locality": "Pontefract",
"region": "UK",
"postalCode": "WF2JP",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-92",
"name": "Royal Courts of Justice",
"identifier": {
"legalName": "Royal Courts of Justice"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-150682",
"name": "City of Doncaster Council"
},
"contracts": [
{
"id": "030592-2025-DN696217-1",
"awardID": "030592-2025-DN696217-1",
"status": "active",
"dateSigned": "2025-05-21T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "3",
"measure": "bids",
"relatedLot": "1",
"value": 1
},
{
"id": "4",
"measure": "smeBids",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "6",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "7",
"measure": "electronicBids",
"relatedLot": "1",
"value": 1
},
{
"id": "1",
"measure": "lowestValidBidValue",
"relatedLot": "1",
"value": 0.01,
"currency": "GBP"
},
{
"id": "2",
"measure": "highestValidBidValue",
"relatedLot": "1",
"value": 5245673,
"currency": "GBP"
}
]
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:453493-2019:TEXT:EN:HTML"
}
],
"language": "en"
}