Buyer Name: The Council of the Borough of Kirklees
Buyer Address: The Town Hall, Ramsden Street, Huddersfield, UKE44, HD1 2TA, United Kingdom
Contact Email: procurement@kirklees.gov.uk
Buyer Name: The Council of the Borough of Kirklees
Buyer Address: The Town Hall, Ramsden Street, Huddersfield, UKE44, HD1 2TA, United Kingdom
Contact Email: procurement@kirklees.gov.uk
The Huddersfield Blueprint is a ten-year vision to create a thriving, modern-day town centre. The vision for Huddersfield is that it will be a busy, family-friendly town centre that stays open for longer with a unique culture, arts and leisure offer and a variety of thriving businesses. The scale of investment and transformation, including high quality, innovative culture, arts and leisure offers will improve the attractiveness of the town centre as a place to live, providing new opportunities for residential development. Estate Buildings is located in the heart of the town centre and forms part of Station Gateway area, one of the six key areas to be regenerated through the Huddersfield Blueprint. Kirklees Council is presenting an exciting opportunity to convert and acquire Estate Buildings, a listed and historically significant property in Huddersfield Town Centre, for residential use. Most of the property is Grade II* listed with nos. 3-7 Station Street being Grade II listed. The Council is seeking a developer with proven experience in regenerating historic buildings for residential use, as well as an awareness of the associated risks and complexities. The Council's vision is for Estate Buildings to be an aspirational place to live within the Town Centre. The homes delivered as part of this contract will be high quality, beautiful, spacious, energy efficient, and safe, and the development will foster a strong sense of place and community. It is expected that any housing units provided meet or surpass Nationally Described Space Standards. In terms of housing mix and tenure, the Council is open to all proposals from bidders so long as they help to achieve the Council's Blueprint ambition of providing a high-quality housing offer that could potentially attract new residents in the Town Centre, in particular recent graduates of Huddersfield University and young professionals wishing to commute to larger, neighbouring city centres. The successful developer will be required to submit a funding application, develop a complete design for the conversion of the asset into a residential property (apartments), obtain planning and listed building consents and complete the construction of the works following receipt of the appropriate level of funding for the development. The contract for this requirement will be structured into three stages, ensuring the Council have control of the asset throughout the delivery phase up until the practical completion of the construction stage. These stages are, Option Agreement, Building Lease and Transfer of the Freehold. The Council is following the Competitive Flexible Procedure (CFP) under the Procurement Act 2023 to maximise supplier engagement and allow for a more focused procurement process. There will be a two-stage process under this route to market. The Council are initially advertising the procurement opportunity with site and scope information and Procurement Specific Questionnaire (PSQ) including Conditions of Participation. This stage requires interested parties to submit a qualification response form. The Council intends on using this stage to shortlist a maximum of 3 bidders through a compliance, financial and quality evaluation (further information is available in the tender documentation). Bidders shortlisted will be invited to participate in stage 2, with the Invitation to Submit Final Tenders (ISFT) for their proposal of delivering the requirements on the site. The submission will be evaluated based on the evaluation criteria listed in the procurement documentation identified in the initial Invitation to Tender.
No linked documents found for this notice.
External Link: https://yortender.eu-supply.com/
Link Description: All tender documents are available free of charge from YORtender at the following Website; https://yortender.eu-supply.com/ Bidders may be required to sign up to the YORtender portal to provide a tender response. This can be done free of charge.
External Link: https://www.find-tender.service.gov.uk/Notice/013612-2026
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Value: GBP 11,000,000
Lot 1 Value (Gross): GBP 13,000,000
Lot 1 Contract Start: 2027-02-01T00:00:00Z
Lot 1 Contract End: 2028-03-01T23:59:59Z
Lot 1 Award Criterion (quality): Tender Stage One - Quality Criteria (100%)
Document Description: Not published
Document Description: All tender documents are available free of charge from YORtender at the following Website; https://yortender.eu-supply.com/ Bidders may be required to sign up to the YORtender portal to provide a tender response. This can be done free of charge.
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PXHZ-9111-QHMJ",
"name": "The Council of the Borough of Kirklees"
},
"date": "2026-02-13T16:36:25Z",
"id": "013612-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-0594dd",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Huddersfield",
"postalCode": "HD1 2TA",
"region": "UKE44",
"streetAddress": "The Town Hall, Ramsden Street"
},
"contactPoint": {
"email": "procurement@kirklees.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - sub-central government",
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "http://www.kirklees.gov.uk"
},
"id": "GB-PPON-PXHZ-9111-QHMJ",
"identifier": {
"id": "PXHZ-9111-QHMJ",
"scheme": "GB-PPON"
},
"name": "The Council of the Borough of Kirklees",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-08-31T23:59:59+01:00"
},
"description": "The Huddersfield Blueprint is a ten-year vision to create a thriving, modern-day town centre. The vision for Huddersfield is that it will be a busy, family-friendly town centre that stays open for longer with a unique culture, arts and leisure offer and a variety of thriving businesses. The scale of investment and transformation, including high quality, innovative culture, arts and leisure offers will improve the attractiveness of the town centre as a place to live, providing new opportunities for residential development. Estate Buildings is located in the heart of the town centre and forms part of Station Gateway area, one of the six key areas to be regenerated through the Huddersfield Blueprint.\nKirklees Council is presenting an exciting opportunity to convert and acquire Estate Buildings, a listed and historically significant property in Huddersfield Town Centre, for residential use. Most of the property is Grade II* listed with nos. 3-7 Station Street being Grade II listed. \nThe Council is seeking a developer with proven experience in regenerating historic buildings for residential use, as well as an awareness of the associated risks and complexities. \nThe Council\u0027s vision is for Estate Buildings to be an aspirational place to live within the Town Centre. The homes delivered as part of this contract will be high quality, beautiful, spacious, energy efficient, and safe, and the development will foster a strong sense of place and community. It is expected that any housing units provided meet or surpass Nationally Described Space Standards.\nIn terms of housing mix and tenure, the Council is open to all proposals from bidders so long as they help to achieve the Council\u0027s Blueprint ambition of providing a high-quality housing offer that could potentially attract new residents in the Town Centre, in particular recent graduates of Huddersfield University and young professionals wishing to commute to larger, neighbouring city centres.\nThe successful developer will be required to submit a funding application, develop a complete design for the conversion of the asset into a residential property (apartments), obtain planning and listed building consents and complete the construction of the works following receipt of the appropriate level of funding for the development. \nThe contract for this requirement will be structured into three stages, ensuring the Council have control of the asset throughout the delivery phase up until the practical completion of the construction stage. These stages are, Option Agreement, Building Lease and Transfer of the Freehold. \nThe Council is following the Competitive Flexible Procedure (CFP) under the Procurement Act 2023 to maximise supplier engagement and allow for a more focused procurement process. There will be a two-stage process under this route to market. The Council are initially advertising the procurement opportunity with site and scope information and Procurement Specific Questionnaire (PSQ) including Conditions of Participation. This stage requires interested parties to submit a qualification response form. The Council intends on using this stage to shortlist a maximum of 3 bidders through a compliance, financial and quality evaluation (further information is available in the tender documentation).\nBidders shortlisted will be invited to participate in stage 2, with the Invitation to Submit Final Tenders (ISFT) for their proposal of delivering the requirements on the site. The submission will be evaluated based on the evaluation criteria listed in the procurement documentation identified in the initial Invitation to Tender.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"description": "All tender documents are available free of charge from YORtender at the following Website;\nhttps://yortender.eu-supply.com/\nBidders may be required to sign up to the YORtender portal to provide a tender response. This can be done free of charge.",
"documentType": "biddingDocuments",
"id": "L-1",
"url": "https://yortender.eu-supply.com/"
},
{
"datePublished": "2026-02-13T16:36:25Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "013612-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/013612-2026"
}
],
"id": "KMCHG-029",
"items": [
{
"additionalClassifications": [
{
"description": "Construction work",
"id": "45000000",
"scheme": "CPV"
},
{
"description": "Development of residential real estate",
"id": "70111000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE44"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Q1 Approach to Design and Construction in the Conversion of a Heritage Building to Housing \nQ2 Approach to Risk Management \nQ3 Sub-Contract Management Processes \nQ4 Delivering Social Value",
"name": "Tender Stage One - Quality Criteria",
"numbers": [
{
"number": 100,
"weight": "percentageExact"
}
],
"type": "quality"
}
]
},
"contractPeriod": {
"endDate": "2028-03-01T23:59:59Z",
"maxExtentDate": "2031-06-30T23:59:59+01:00",
"startDate": "2027-02-01T00:00:00Z"
},
"hasRenewal": true,
"id": "1",
"renewal": {
"description": "The initial contract period identifies the anticipated term for the provision of all services under the option agreement to complete the necessary services (such as completion of a design, receipt of funding, planning approval and listed building consent etc) and attain the necessary approvals obligated under stage one of the contract. \nThe contract will be extended, with the Council entering a building lease for the redevelopment (construction) in the conversion of the building into residential use, should the developer satisfy all obligations and wish to exercise the option to enter the building lease to commence the construction."
},
"selectionCriteria": {
"criteria": [
{
"description": "Tender respondents will be assessed on their financial suitability as part of the stage one procurement process. \nIn line with the Invitation to tender and the Procurement Specification Questionnaire, bidders will be required to provide any one of the documents listed in questions 15(a) to 15(c)(ii) of the Procurement Specific Questionnaire in order to demonstrate financial standing as required under question 15. Failure to supply any one of the documents listed in questions 15(a) to 15(c)(ii) with a tender return may result in exclusion.\nAs identified in Part 3 (3a) of the 2) Estate Buildings [CFP - PSQ] Tenderer Submission - Tender Stage One document, responses to questions 15a to 15c will be subject to a financial evaluation to confirm financial suitability to undertake the requirements identified in this tender exercise. If a bidder identifies as part of their response to question 17 that they are relying on another supplier to act as a parent company guarantor, then the Council will undertake a financial evaluation of the accounts provided to the extent that has been identified below. \nThe financial evaluation will consider s response to question 15a to 15c (and question 17, where appropriate) with an evaluation of the metrics identified below being undertaken, using the identified formula for each metric. \nOperating Margin, Operating Profit \u00f7 Revenue\nMinimum Threshold - \u22655%\nCash Held / Net Debt,\tCash \u0026 Equivalents \u00f7 Net Debt\t Minimum Threshold - Positive ratio \nNet Interest Cover, EBIT \u00f7 Net Interest Paid\t \nMinimum Threshold - \u22652.5x\nAcid Test Ratio (Current Assets - Inventory) \u00f7 Current Liabilities\nMinimum Threshold - \u22651.0\nNet Asset Value Total Assets - Total Liabilities\t Minimum Threshold - Positive for the 2 years\u0027 worth of information provided\nCreditsafe Credit Rating Assessment\t\nMinimum Threshold - 49\u003c\nBidders will not be scored or ranked as part of the financial evaluation undertaken. Instead, bidders are required to meet the minimum threshold for all identified above. In the event that a bidder does not meet the minimum threshold identified for any (or all) of the metrics, the Council will allow the bidder to provide justification as to the reason why. Any request for further information for this justification will be communicated by the Council via the \u0027messaging\u0027 function on the YORtender portal.\nAny answers to Questions 15a to 15c and 17 which lead the Authority, acting reasonably, to conclude (considering the risk that the relevant answer suggests about your ability to properly perform the Contract) that it would be inappropriate to select your organisation on this occasion, may result in your exclusion from the remainder of the procurement process. \nThe Council also require the following minimum levels of insurance be in place at the point of contract award:\nEmployers Liability Insurance: \u00a310,000,000\nPublic Liability Insurance: \u00a310,000,000\nProfessional Indemnity Insurance: \u00a35,000,000\nContractor\u0027s All Risks Insurance: \u00a315,000,000\nNon-negligence Insurance: \u00a310,000,000",
"type": "economic"
}
]
},
"status": "active",
"value": {
"amount": 11000000,
"amountGross": 13000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "works",
"procedure": {
"features": "Tender Stage 1:\nStep 1 - Completeness and Compliance Checks\nStep 2 - Excluded and Excludable Suppliers\nStep 3 - Conditions of Participation\nStep 4 - Quality Assessment (Project Specific Questions)\nStep 5 - Identification of Shortlisted Bidders (Top 3 ranked following Step 4 assessment)\nStep 6 - Shortlisted Supplier Due Diligence (1)\nStep 7 - Shortlisted Supplier Due Diligence (2)\nStep 8 - Notification of Tender Stage One Outcome\nTender Stage 2 (Invitation to Submit Final Tenders \u0027ISFT\u0027):\nAt tender stage two, the three shortlisted bidders shortlisted from tender stage one will be invited to submit a final tender. Assessment of the final tender will follow the below process:\nStep 1: Completeness and Compliance Checks\nStep 2: Re-assessment of Excluded and Excludable Suppliers\nStep 3: Quality and Social Value Approach Assessment\nStep 4: Identification of Highest Ranked Bidder\nStep 5: Due Diligence\nStep 6: Award and De-briefing (shortlisted suppliers notified of outcome)\nTender Stage one will be assessed in line with the description included in the Award Criteria section of this tender notice. Assessment will be undertaken of bidders responses to the Project Specific Questions to identify the top 3 ranked bidders for the Council\u0027s shortlist. \nTender Stage two will be assessed in line with the following heading criteria:\nQuality - 90%, consisting of;\nQ1.1 Approach to Delivery of the Design Phase of the Requirement (20%); \nQ1.2 Approach to Delivery of the Construction Phase of the Requirement (20%);\nQ1.3 Organogram and Delivery Team (10%);\nQ2.1 Programme (10%);\nQ3.1 Development Appraisal and Viability (15%);\nQ3.2 Funding Strategy (15%)\nSocial Value - 10%, consisting of;\nQuantitative Social Value Proposal (5%);\nQualitative Social Value Proposal (5%)\nThe criteria for tender stage 2 assessment will be reconfirmed in the Invitation to Submit Final Tenders as part of the second tender stage. Weightings and heading criteria will not change ahead of second stage advertisement."
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"riskDetails": "Please note Known Risks have been assessed as part of this procurement and in accordance with the Procurement Act 2023, the Council reserves the right to modify this contract where such changes meet the criteria for permitted modifications under Section 74 and Schedule 8 of the Act. This includes, but is not limited to:\n\u2022 Site Investigation \u0026 Surveys - Missing, outdated or inaccurate surveys may require updated surveys to be undertaken.\n\u2022 Additional Works - Additional works might be required on the back of further site investigation/surveys.\n\u2022 Hazardous Materials - Such as Asbestos is high risk in existing structures and is ever-present in construction work. Further work might be required as a result of Hazardous materials being present on site.\nAny such modifications shall be undertaken in compliance with the permitted grounds set out in Section 74 and Schedule 8 of the Act, including but not limited to modifications arising from unforeseeable circumstances or the materialisation of a known risk.",
"status": "active",
"submissionMethodDetails": "Bidders are required to access and respond to this tender opportunity via the YORtender portal. This can be accessed via - https://yortender.eu-supply.com/\nTo provide a response to this tender opportunity, an organisation must sign up to the YORTender portal (this can be done free of charge).",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-03-18T17:00:00Z"
},
"title": "Estate Buildings Residential Development, Huddersfield",
"value": {
"amount": 11000000,
"amountGross": 13000000,
"currency": "GBP"
}
}
}