Tender

St James Depot - Procurement of a Development Partner

WEST NORTHAMPTONSHIRE COUNCIL

This public procurement record has 3 releases in its history.

TenderUpdate

01 Aug 2025 at 10:07

Tender

14 Jul 2025 at 12:32

Planning

09 Jun 2025 at 13:15

Summary of the contracting process

West Northamptonshire Council is currently seeking a development partner for a high-quality, residential-led project at St James Depot in Northampton, UKF24 region. This procurement process, initiated through the Competitive Flexible Procedure as per the Procurement Act 2023, is in the tender update stage. The contract is valued at £54,000,000 (gross) with a net amount of £45,000,000, focusing on the construction industry, including demolition, site preparation, building construction, urban development, and real estate services. Important dates include the expression of interest deadline on 22nd August 2025 and the award period ending on 19th January 2026. The contract period is anticipated to start on 1st May 2026 and concludes on 30th April 2031.

This tender represents a substantial opportunity for businesses in construction, urban planning, and real estate to engage in a major development project with a public authority. The structured dialogue during the procurement process allows suppliers to showcase innovative solutions, ensuring alignment with the Council's objectives. Companies specialising in residential real estate development, architectural services, and urban development are particularly well-suited to compete, benefiting from leveraging their expertise in delivering high-quality housing solutions within a collaborative framework. This process not only promises potential growth for the winning bidder but also facilitates an advantageous partnership with West Northamptonshire Council.

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

St James Depot - Procurement of a Development Partner

Notice Description

The Council is seeking a development partner with the relevant experience, capability and resources to deliver a high quality, residential-led development at the Site. The Council proposes to enter into a partnering arrangement with the successful Potential Supplier that aligns the parties' goals, apportions risk appropriately, and provides a clear and transparent mechanism for the delivery of the Project. It is currently envisaged that this arrangement will be structured as a Development Agreement, supported by Heads of Terms to be issued during the Dialogue Stage. The Development Agreement is expected to be conditional on the agreement of an overall Business Plan, to be derived from the Final Tender Submission, and supported by a detailed masterplan and delivery strategy. The Council will be undertaking this procurement process using the Competitive Flexible Procedure in accordance with the Procurement Act 2023, allowing for structured dialogue with shortlisted Potential Suppliers prior to the submission of Final Tenders. The Council is committed to a collaborative and transparent process that encourages innovation and quality within a commercially viable framework.

Planning Information

To inform and shape our delivery and procurement advice for the site, we have undertaken market engagement with a number of selected developers to gain views on the scheme proposals / aspirations, and developer sentiment regarding the most appropriate route to procuring a development partner to deliver the scheme. This engagement was by way of a live presentation to a number of developers over Microsoft Teams. Following a recommended sample of developers from C&W, and discussion with WNC, the following parties were invited to SMT meetings: 1. Placefirst 2. Keepmoat 3. Igloo 4. Muse 5. Henry Boot Developments (HBD) 6. Capital & Centric 7. Urban Splash 8. Places for People All parties were invited to attend a virtual SMT meeting with both WNC and C&W, with the meetings being held between 5 November and 15 November 2024. The presentation set out a list of question topics to provide a structure to the meetings: • Views on the overall opportunity. • Approach to masterplan layout, including mix of residential typologies and tenures, and the potential for delivery of a non-standard, high quality residential product. • Examples of other similar developments on-site, or recently delivered, including heritage aspects? • Partnering approach / delivery structure (i.e. development agreement). • Procurement approach (open, flexible procedure or use of framework) • Likely timescales associated with the procurement approaches. SMT was carried out with four of the eight developers invited, with HBD, Urban Splash and Places for People opting not to participate, and no response being received from Capital & Centric. Meetings were held on the following dates: 1. Placefirst - 5 November 2024 2. Keepmoat - 8 November 2024 3. Igloo Regeneration (Igloo) - 13 November 2024 4. Muse Places (Muse) – 15 November 2024

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-054552
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/045115-2025
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

70 - Real estate services

71 - Architectural, construction, engineering and inspection services


CPV Codes

45000000 - Construction work

45111000 - Demolition, site preparation and clearance work

45111291 - Site-development work

45113000 - Siteworks

45210000 - Building construction work

45211000 - Construction work for multi-dwelling buildings and individual houses

45211360 - Urban development construction work

70000000 - Real estate services

70111000 - Development of residential real estate

71000000 - Architectural, construction, engineering and inspection services

71400000 - Urban planning and landscape architectural services

Notice Value(s)

Tender Value
£45,000,000 £10M-£100M
Lots Value
£45,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Aug 20256 months ago
Submission Deadline
25 Jul 2025Expired
Future Notice Date
23 Jun 2025Expired
Award Date
Not specified
Contract Period
30 Apr 2026 - 30 Apr 2031 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
WEST NORTHAMPTONSHIRE COUNCIL
Contact Name
Not specified
Contact Email
procurement@westnorthants.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
NORTHAMPTON
Postcode
NN1 1ED
Post Town
Northampton
Country
England

Major Region (ITL 1)
TLF East Midlands (England)
Basic Region (ITL 2)
TLF2 Leicestershire, Rutland and Northamptonshire
Small Region (ITL 3)
TLF24 West Northamptonshire
Delivery Location
TLF24 West Northamptonshire

Local Authority
West Northamptonshire
Electoral Ward
Castle
Westminster Constituency
Northampton North

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-054552-2025-08-01T11:07:36+01:00",
    "date": "2025-08-01T11:07:36+01:00",
    "ocid": "ocds-h6vhtk-054552",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PGDV-8944-CMBP",
            "name": "West Northamptonshire Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PGDV-8944-CMBP"
            },
            "address": {
                "streetAddress": "Angel Street",
                "locality": "Northampton",
                "postalCode": "NN1 1ED",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKF24"
            },
            "contactPoint": {
                "email": "procurement@westnorthants.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PGDV-8944-CMBP",
        "name": "West Northamptonshire Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "To inform and shape our delivery and procurement advice for the site, we have undertaken market engagement with a number of selected developers to gain views on the scheme proposals / aspirations, and developer sentiment regarding the most appropriate route to procuring a development partner to deliver the scheme. This engagement was by way of a live presentation to a number of developers over Microsoft Teams. Following a recommended sample of developers from C&W, and discussion with WNC, the following parties were invited to SMT meetings: 1. Placefirst 2. Keepmoat 3. Igloo 4. Muse 5. Henry Boot Developments (HBD) 6. Capital & Centric 7. Urban Splash 8. Places for People All parties were invited to attend a virtual SMT meeting with both WNC and C&W, with the meetings being held between 5 November and 15 November 2024. The presentation set out a list of question topics to provide a structure to the meetings: * Views on the overall opportunity. * Approach to masterplan layout, including mix of residential typologies and tenures, and the potential for delivery of a non-standard, high quality residential product. * Examples of other similar developments on-site, or recently delivered, including heritage aspects? * Partnering approach / delivery structure (i.e. development agreement). * Procurement approach (open, flexible procedure or use of framework) * Likely timescales associated with the procurement approaches. SMT was carried out with four of the eight developers invited, with HBD, Urban Splash and Places for People opting not to participate, and no response being received from Capital & Centric. Meetings were held on the following dates: 1. Placefirst - 5 November 2024 2. Keepmoat - 8 November 2024 3. Igloo Regeneration (Igloo) - 13 November 2024 4. Muse Places (Muse) - 15 November 2024",
                "dateMet": "2024-11-15T00:00:00+00:00",
                "status": "met"
            }
        ],
        "documents": [
            {
                "id": "030961-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/030961-2025",
                "datePublished": "2025-06-09T14:15:00+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "ocds-h6vhtk-054552",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "St James Depot - Procurement of a Development Partner",
        "description": "The Council is seeking a development partner with the relevant experience, capability and resources to deliver a high quality, residential-led development at the Site. The Council proposes to enter into a partnering arrangement with the successful Potential Supplier that aligns the parties' goals, apportions risk appropriately, and provides a clear and transparent mechanism for the delivery of the Project. It is currently envisaged that this arrangement will be structured as a Development Agreement, supported by Heads of Terms to be issued during the Dialogue Stage. The Development Agreement is expected to be conditional on the agreement of an overall Business Plan, to be derived from the Final Tender Submission, and supported by a detailed masterplan and delivery strategy. The Council will be undertaking this procurement process using the Competitive Flexible Procedure in accordance with the Procurement Act 2023, allowing for structured dialogue with shortlisted Potential Suppliers prior to the submission of Final Tenders. The Council is committed to a collaborative and transparent process that encourages innovation and quality within a commercially viable framework.",
        "items": [
            {
                "id": "LOT-0001",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111000",
                        "description": "Demolition, site preparation and clearance work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45111291",
                        "description": "Site-development work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45113000",
                        "description": "Siteworks"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45210000",
                        "description": "Building construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45211000",
                        "description": "Construction work for multi-dwelling buildings and individual houses"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45211360",
                        "description": "Urban development construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70000000",
                        "description": "Real estate services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "70111000",
                        "description": "Development of residential real estate"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71400000",
                        "description": "Urban planning and landscape architectural services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKF24",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF24",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF24",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT-0001"
            }
        ],
        "value": {
            "amountGross": 54000000,
            "amount": 45000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "works",
        "lots": [
            {
                "id": "LOT-0001",
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2031-04-30T23:59:59+01:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 54000000,
                    "amount": 45000000,
                    "currency": "AED"
                },
                "awardCriteria": {
                    "weightingDescription": "FINAL TENDER STAGE Stage 03 will commence with the issue of the ISFT document. Potential Suppliers will be required to submit their Final Tenders in response to the ISFT and on the basis of the solutions agreed during dialogue. Final Tenders will be evaluated in accordance with the evaluation criteria, and a Preferred Potential Supplier will be recommended.",
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Simple description",
                            "description": "FINAL TENDER STAGE Stage 03 will commence with the issue of the ISFT document. Potential Suppliers will be required to submit their Final Tenders in response to the ISFT and on the basis of the solutions agreed during dialogue. Final Tenders will be evaluated in accordance with the evaluation criteria, and a Preferred Potential Supplier will be recommended."
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-06-23T23:59:59+00:00"
        },
        "status": "active",
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "The procurement stage commenced with the publication of the Tender Notice in the Central Digital Platform (\"CDP\"). Prior to this, pre-market engagement was undertaken in November 2024. and a Pre-Market Engagement Notice was published in the CDP on 9th June 2025. The Council is conducting the procurement exercise using the Competitive Flexible Procedure in accordance with the requirements of the Act. This procedure is being used to allow shortlisted Potential Suppliers to enter into dialogue with the Council to discuss specific aspects of their proposals before submitting a final tender leading to the selection of a Preferred Potential Supplier, whilst minimising / avoiding excessive and disproportionate costs. The contract shall be awarded on the basis of the most advantageous tender (\"MAT\") in accordance with the Act. As this procurement process is a Competitive Flexible Procedure, not all of the documentation for the procurement has been published at this participation stage. The Council has provided sufficient information to enable Potential Suppliers to make an informed decision about whether the opportunity is suitable for them STAGE 01: PARTICIPATION STAGE (PRE-QUALIFICATION) Stage 01 commenced with the publication of the Tender Notice in the CDP. Potential Suppliers responding to the Tender Notice will gain access to the Procurement Specific Questionnaire (\"PSQ\") and a range of supporting documents including this MOI. Potential suppliers who intend to submit a completed questionnaire must follow the instructions in the PSQ and submit their completed questionnaire to the Council by the due date. Completed questionnaires will be evaluated by the Council with assistance from their appointed advisors and, depending on the quantity and quality of responses received, it is anticipated that up to four Potential Suppliers will be shortlisted for Stage 02. Please refer to the PSQ guidance for further details. STAGE 02: DIALOGUE STAGE Potential Suppliers selected in accordance with the PSQ will be issued with an IPD document. This will include the requirements for the dialogue stage, including draft heads of terms and the detailed evaluation criteria for awarding the contract which will be informed by the Project Objectives. There will be an efficient number of dialogue meetings (currently envisaged to be around four)throughout this period between the Council and individual Potential Suppliers to discuss key elements of the requirements; for the Council to provide constructive feedback on the evolving solutions and for both parties to discuss and agree appropriate changes to the draft heads of terms. The primary intention of this stage is to identify solutions that satisfy the Council's Project Objectives. The Council will seek to conduct the dialogue stage as expeditiously as possible to avoid unnecessary protraction and cost for all parties involved. Once one or more acceptable solutions have been identified, the Council can close dialogue and invite the remaining Potential Suppliers to the final tender stage. STAGE 03: FINAL TENDER STAGE Stage 03 will commence with the issue of the ISFT document. Potential Suppliers will be required to submit their Final Tenders in response to the ISFT and on the basis of the solutions agreed during dialogue. Final Tenders will be evaluated in accordance with the evaluation criteria, and a Preferred Potential Supplier will be recommended. STAGE 04: PREFERRED POTENTIAL SUPPLIER STAGE This stage will involve settling the terms of the contract between the Council and the Preferred Potential Supplier, in accordance with the agreed Heads of Terms and the principles of the Final Tender response. STAGE 05: AWARD STAGE This stage will involve signing the contract documents, directly following the Preferred Potential Supplier stage, which will formalise the contract between the Council and the Preferred Potential Supplier."
        },
        "aboveThreshold": true,
        "submissionMethodDetails": "https://in-tendhost.co.uk/wnc/aspx/Home",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-08-22T12:00:00+01:00",
        "enquiryPeriod": {
            "endDate": "2025-07-25T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-01-19T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "039630-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/039630-2025",
                "datePublished": "2025-07-14T13:32:09+01:00",
                "format": "text/html"
            },
            {
                "id": "045115-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/045115-2025",
                "datePublished": "2025-08-01T11:07:36+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}