CPV 4540
Building completion work
7 active tenders tagged under this CPV division — sort, filter, and drill in via the master tenders page.
OBNOVA I SANACIJA PROČELJA VIŠESTAMBENE ZGRADE, PRERADOVIĆEVA 33
GRAD ZAGREB, Grad Zagreb
824-2026-EMV — 45400000 - Završni građevinski radovi
Unutarnje uređenje i opremanje društvenog doma u Kobiljači
OPĆINA POJEZERJE, Pojezerje
MV-13/2026 — 45400000 - Završni građevinski radovi
Tender for Demolition of existing cricket pavilion for replacement cricket pavilion and storage unit at King George V Playing Field, St Peters Road, Huntingdon, PE29 7DA
Huntingdon Town Council
Huntingdon Town Council are seeking to appoint a suitably skilled and experienced construction contractor to demolish the existing pavilion at KGV playing fields @ St Peters Road, Huntingdon and construct a new cricket and community pavilion and associated landscaping works at King George Fifth Playing Fields in St Peters Rd, Huntingdon. KGV Field was gifted to the people of Huntingdon in ?? This project has been in development for many years, the existing pavilion was built in the 1960's and is no longer fit for purpose and has been closed pending demolition. Scope of requirements The proposed new pavilion building and landscaping works can be summarised as follows: • The new pavilion will replace the existing vandalised and out of use pavilion building in King George V playing field to serve players, spectators and local community groups. • The new building will provide the existing Cricket Square with the following facilities: • Changing rooms for teams and officials • Café and kitchen/servery • WC's and showers • Social area to be used by Cricket club and local community groups. The new building is formed of a single storey consisting of 2 changing rooms to accommodate home and away players, a kitchen, public social area with indoor viewing of the Cricket square. External areas to provide unobstructed access into the building, public seating areas, bin storage, cycle, container storage for grounds equipment and car parking. New shrub and tree planting adjacent to the building. The building is required to be robust and low maintenance as well as presenting an attractive and welcoming arrival point for all users and a positive asset to the community. The existing damaged pavilion is to be demolished as part of the contract works. The successful contractor with the responsibility for finalising the design and delivering the new pavilion building and landscaping works, will be expected to co-ordinate and take on the role of Principal Contractor under the CDM Regulat
Housing, Regeneration and Demolition (H3) Framework
LHC Procurement Group for the Scottish Procurement Alliance (SPA)
LHCPG is seeking to establish a multi-supplier Framework Agreement for the provision of housing, regeneration, demolition, remediation and enabling works across the United Kingdom. The Framework will support the delivery of: New build residential developments Retrofit and estate regeneration Demolition services Remediation and enabling works Defence housing and secure environment works Appointed suppliers will deliver works as Principal Contractor, including associated design responsibilities, in compliance with relevant statutory, regulatory and funding requirements.
BME X 2026-03 Mindetorget - Veiledende kunngjøring Samspillskontrakt
Bergen kommune - Bymiljøetaten
Bergen kommune v/Bymiljøetaten informerer om kommende anskaffelse av «Mindetorget», som vil bli lyst ut som en entreprenørstyrt samspillskontrakt (samspill til totalentreprise).
General Building Construction & Maintenance Framework
Cardiff Council
Cardiff Council and the Vale of Glamorgan Council intend to establish a collaborative multi‑lot General Building, Construction and Maintenance Framework to support planned works, reactive maintenance, specialist services, and statutory compliance across their estates. The Framework will comprise a range of lots covering general building, electrical, mechanical, roofing, external works, fire and security, and statutory compliance services, with emergency response sub‑lots linked to parent lots. The Framework will run for three years with an optional one‑year extension and has an estimated total value of £123,514,000.00. Call‑offs will utilise the NEC4 suite. This Competitive Flexible Procedure tender will be conducted in two phases: the Pre‑Selection Questionnaire (PSQ) stage and the Invitation to Tender (ITT) stage. The Contracting Authority will invite the top ten (10) highest ranking suppliers per lot to the next stage who meet the conditions of participation. In the event of tied scores at the 10th position, all suppliers with the same score will be invited to the ITT stage. on, which will be issued when the procurement opportunity is published. During the ITT stage, suppliers will be evaluated on the basis of their quality, cost, and proposed community wellbeing benefits. Following evaluation, successful suppliers will be ranked according to their overall scores per lot. The Councils reserve the right, in accordance with the flexibility permitted under the Competitive Flexible Procedure, to refine, amend or further develop the procurement process and tender documentation following completion of the PSQ stage. Any such modifications—where applied—will be communicated transparently to all PSQ‑qualified suppliers and will apply equally to all participants. It is expected that Tenderers will be able to provide all Works that are in the Scope in- house. However, the Authority recognises that some niche elements of a Scope may need to be sub-contracted. The Potential
General Building Construction & Maintenance Framework
Cardiff Council
Cardiff Council and the Vale of Glamorgan Council intend to establish a collaborative multi‑lot General Building, Construction and Maintenance Framework to support planned works, reactive maintenance, specialist services, and statutory compliance across their estates. The Framework will comprise a range of lots covering general building, electrical, mechanical, roofing, external works, fire and security, and statutory compliance services, with emergency response sub‑lots linked to parent lots. The Framework will run for three years with an optional one‑year extension and has an estimated total value of £123,514,000.00. Call‑offs will utilise the NEC4 suite. This Competitive Flexible Procedure tender will be conducted in two phases: the Pre‑Selection Questionnaire (PSQ) stage and the Invitation to Tender (ITT) stage. The Contracting Authority will invite the top ten (10) highest ranking suppliers per lot to the next stage who meet the conditions of participation. In the event of tied scores at the 10th position, all suppliers with the same score will be invited to the ITT stage. on, which will be issued when the procurement opportunity is published. During the ITT stage, suppliers will be evaluated on the basis of their quality, cost, and proposed community wellbeing benefits. Following evaluation, successful suppliers will be ranked according to their overall scores per lot. The Councils reserve the right, in accordance with the flexibility permitted under the Competitive Flexible Procedure, to refine, amend or further develop the procurement process and tender documentation following completion of the PSQ stage. Any such modifications—where applied—will be communicated transparently to all PSQ‑qualified suppliers and will apply equally to all participants. It is expected that Tenderers will be able to provide all Works that are in the Scope in- house. However, the Authority recognises that some niche elements of a Scope may need to be sub-contracted. The Potential