Skip to main content

Public tenders

Tenders from United Kingdom in Real estate services

Live results from every procurement portal we monitor. Refine the search using the filter bar above.

9 matching · page 1 of 1

United Kingdomservices

Provision of Retail Estate Management Services

FIRST TRENITALIA WEST COAST RAIL LIMITED

This procurement is being run by First Rail Holdings on behalf of First Trenitalia West Coast Rail. To drive and deliver higher rental income return through: -Increasing the rent roll -Customer service improvements through capital and tenant investment. The estate comprises of 16 directly managed stations and encompasses all property within the leases. This includes station buildings, car parks, and other land and property. The properties provide a broad mix of retail, office, residential, community, and other commercial tenancies held on a mixture of leases and licences. The management of station car parking and commercial advertising is not included as part of this procurement strategy. The new contract will be for an initial 3-year term with an option to extend for a further year. The estate is currently generating a rental income of approximately £4.7m. It is estimated that a new contract value will be in the region of £1,100,000 for a full 4-year term. Please note that TUPE applies to this procurement. The successful Supplier will be required to enter an Umbrella Direct Agreement (UDA) with the Secretary of State

Estimated value£1.1m
ocds-h6vhtk-06995f
United Kingdomservices

Provision of Removal & Storage Services for Domestic and Non-Domestic Properties

South Ayrshire Council

South Ayrshire Council (the Council) has a requirement to establish a multi-provider, multi-lot Framework Agreement for the Provision of Removal and Storage Services for Domestic and Non-Domestic Properties. The Council intends to Establish a multi-lot Framework Agreement. The requirement of this Framework Agreement is split into two (2) lots as follows: Lot 1 – Domestic Accommodation Furniture Removal, Transfer and Storage (including dismantling and packing where required) – One (1) Provider Lot 2 – Non-Domestic Accommodation Furniture Removal, Transfer and Storage (including dismantling and packing where required) – Up to three (3) Providers The Council shall evaluate and award each lot on an individual basis. The Council intends to appoint one (1) Provider to Lot one (1) and up to three (3) providers to Lot two (2). Tenderers can bid for one (1) or two (2) lots if they have the relevant experience and capacity to deliver the services and subject to having the necessary accreditation required. This Framework will NOT be ranked, appointment to the Framework will be made to the tenderers (per lot) achieving the highest overall evaluation scores.

Estimated value
CE-209-25
United Kingdomservices

Provision of Removal & Storage Services for Domestic and Non-Domestic Properties

South Ayrshire Council

South Ayrshire Council (the Council) has a requirement to establish a multi-provider, multi-lot Framework Agreement for the Provision of Removal and Storage Services for Domestic and Non-Domestic Properties. The Council intends to Establish a multi-lot Framework Agreement. The requirement of this Framework Agreement is split into two (2) lots as follows: Lot 1 – Domestic Accommodation Furniture Removal, Transfer and Storage (including dismantling and packing where required) – One (1) Provider Lot 2 – Non-Domestic Accommodation Furniture Removal, Transfer and Storage (including dismantling and packing where required) – Up to three (3) Providers The Council shall evaluate and award each lot on an individual basis. The Council intends to appoint one (1) Provider to Lot one (1) and up to three (3) providers to Lot two (2). Tenderers can bid for one (1) or two (2) lots if they have the relevant experience and capacity to deliver the services and subject to having the necessary accreditation required. This Framework will NOT be ranked, appointment to the Framework will be made to the tenderers (per lot) achieving the highest overall evaluation scores.

Estimated value
CE-209-25
United Kingdomservices

Spinnaker Tower Operator

Portsmouth City Council

Portsmouth City Council - the 'Council - is inviting tenders from suitably qualified and experienced operators for the operation of the Spinnaker Tower - the 'Tower' - on a long term mutually incentivised partnership basis. THE TOWER The Spinnaker Tower is located on the waterfront within Gunwharf Quays shopping centre and is a prominent landmark offering views of the city, the Solent and the Isle of Wight. The Tower is Portsmouth's most prominent landmark, 170m in height with 3 upper viewing platforms at 100, 105 and 110 metres providing views of Portsmouth Harbour and the Solent. The tower opened in 2005 attracting 100,000 visitors in the first two months of opening. There is a reception at the base of the building with ancillary interpretation space, entertainment and leisure uses, ticketing, plant, management and staff facilities. There are two cafes - the ground floor Spinnaker Kitchen and Bar and the Cloud Café located on View Deck 2, 105 metres up. There is an additional podium area at ground level which is activated over the festive period for a Christmas market, with potential for it to be used permanently as commercial space. Permitted Uses, Opening Times & Access Under the new contract the primary function of the Tower must remain a public viewing tower, to be open in line with hours set out within the Council's specification. Through the procurement process suggestions for incorporation of historical and maritime components, that may also include literary and cultural references associated with the wider city, will be considered. The Operator must ensure that the Tower is open to the public for a minimum of 8 hours/day April to September and 6 hours/day October to March except Christmas Day. Core opening times are 10.00 - 18.00 during summer months and 6 hours within the core times during the winter months (e.g.10.00 - 16.00). The Operator may open earlier or later to support other activities such as breakfasts or evening events and functions. No curfew

Estimated value£168.2m
ocds-h6vhtk-05e0a1
United Kingdomworks

Windows and Doors

QUALIS PROPERTY SOLUTIONS LTD

uPVC Windows and Doors Planned Scope and Specification of Works 1.0 Scope of Works 1.1 The work comprises of the survey, supply, removal and replacement of existing windows and doors to EFDC properties including leaseholders and tenanted residential properties as part of a planned programme of works. 1.2 Works include removal of existing units, installation of new units, making good, waste disposal and cleaning. 1.3 The programme is based on an estimated quantity, The actuals will depend on the outcome of the individual surveys. 2.0 Standards and Compliance 2.1 All works shall comply with current UK legislation and standards including • Building Regulations (Parts A, B, F, K, L and M) • BS EN 14351-1, BS 8213-4, BS 6375 • PAS 24, BS EN 1279 • Equality Act 2010 • CDM Regulations 2015 2.2 Installers must be FENSA or CERTASS registered. 3.0 General Requirements 3.1 Products shall be new, suitable for social housing and from an approved manufacturer. Profiles shall be Class A to BS EN 12608-1 with a minimum 10-year guarantee for frames, glazing and hardware. 4.0 Surveys and Design 4.1 The Contractor shall undertake full measured surveys prior to manufacture. Units shall suit existing openings and allow for tolerance and site conditions. 5.0 uPVC Windows 5.1 Multi-chamber uPVC system with a minimum depth of 70mm. Frames to be white internally and externally. Fully welded frames, internally beaded triple or double glazing to be agreed by QPS, whole window U-value ≤ 1.2 W/m²K, PAS 24 security to ground floor and accessible windows. Restrictors to all windows on the first floor and above. 6.0 Glazing 6.1 Double/Triple glazed sealed units to BS EN 1279, low-E argon filled. Safety glazing provided where required. Obscure glazing to bathrooms and WCs. 7.0 Rear Doors 7.1 Single, double and patio doors to be PAS 24 compliant with multi-point locking, 3-star cylinders and low thresholds. Whole door U-value ≤ 1.2 W/m²K. 8.0 Front Entrance Doors 8.1 GRP composite FD30 fire doors or

Estimated value£4.8m
ocds-h6vhtk-06923a
United Kingdomservices

Highways Urban Grass, Shrubs & Hedges Maintenance

Kent County Council

To apply for this tender please use link: https://www.kentbusinessportal.org.uk/commonNoticeSearch/viewNotice.html?displayNoticeId=1032478186 PLEASE NOTE: When you click RESPOND on the page from the above link, you will be taken to a page entitled "Market Engagement" - this is an ERROR. Please then click REGISTER INTEREST to access the tender opportunity, PLEASE NOTE: THIS UK4 TENDER NOTICE REPLACES DUPLICATE NOTICE : Highways Urban Grass, Shrubs & Hedges Maintenance UK4: Tender notice Notice identifier: 2026/S 000-039181 Procurement identifier (OCID): ocds-h6vhtk-068df3 UK4: Tender notice Notice identifier: 2026/S 000-039181 Procurement identifier (OCID): ocds-h6vhtk-068df3 HAS BEEN TERMINATED The Contractor for each lot is responsible for the programmed works and additional ad-hoc provision. The main service areas comprise of urban grass, shrub and hedge cutting to contribute to visual amenity and to keep roads and pavements clear of vegetation for the safe passage of highway users. Works are conducted typically Monday to Friday. The annual activities required under this contract consist of the following: • Six programmed urban grass cutting visits • One shrub bed maintenance visit • One hedge maintenance visit • Two rose bed maintenance visits • One conservation verge and wildflower programmed maintenance visit • Other programmed activities • Ad hoc works The Council does not guarantee any minimum value, volume of work, or spend under the contract. The expected total contract value for this procurement amounts to £22,500,000. This is broken down as follows (all figures are estimates): -Initial Term 60 months (5 years) totalling £10,125,000 (Lot 1 - £4,556,250 Lot 2 - £5,568,750) -Optional Extension Term up to 36 months (3 years) totalling £6,075,000 (Lot 1 - £2,733,750 Lot 2 - £3,341,250) However, to allow for any future increases in funding, any future inflation, Compensation Events, and any other unexpected but in-scope spend, the total maximum contract value w

Estimated value
CN250567
United Kingdomservices

Spinnaker Tower Operator

Portsmouth City Council

Portsmouth City Council - the 'Council - is inviting tenders from suitably qualified and experienced operators for the operation of the Spinnaker Tower - the 'Tower' - on a long term mutually incentivised partnership basis. THE TOWER The Spinnaker Tower is located on the waterfront within Gunwharf Quays shopping centre and is a prominent landmark offering views of the city, the Solent and the Isle of Wight. The Tower is Portsmouth's most prominent landmark, 170m in height with 3 upper viewing platforms at 100, 105 and 110 metres providing views of Portsmouth Harbour and the Solent. The tower opened in 2005 attracting 100,000 visitors in the first two months of opening. There is a reception at the base of the building with ancillary interpretation space, entertainment and leisure uses, ticketing, plant, management and staff facilities. There are two cafes - the ground floor Spinnaker Kitchen and Bar and the Cloud Café located on View Deck 2, 105 metres up. There is an additional podium area at ground level which is activated over the festive period for a Christmas market, with potential for it to be used permanently as commercial space. Permitted Uses, Opening Times & Access Under the new contract the primary function of the Tower must remain a public viewing tower, to be open in line with hours set out within the Council's specification. Through the procurement process suggestions for incorporation of historical and maritime components, that may also include literary and cultural references associated with the wider city, will be considered. The Operator must ensure that the Tower is open to the public for a minimum of 8 hours/day April to September and 6 hours/day October to March except Christmas Day. Core opening times are 10.00 - 18.00 during summer months and 6 hours within the core times during the winter months (e.g.10.00 - 16.00). The Operator may open earlier or later to support other activities such as breakfasts or evening events and functions. No curfew

Estimated value£168.2m
ocds-h6vhtk-05e0a1
United Kingdomworks

Windows and Doors

QUALIS PROPERTY SOLUTIONS LTD

uPVC Windows and Doors Planned Scope and Specification of Works 1.0 Scope of Works 1.1 The work comprises of the survey, supply, removal and replacement of existing windows and doors to EFDC properties including leaseholders and tenanted residential properties as part of a planned programme of works. 1.2 Works include removal of existing units, installation of new units, making good, waste disposal and cleaning. 1.3 The programme is based on an estimated quantity, The actuals will depend on the outcome of the individual surveys. 2.0 Standards and Compliance 2.1 All works shall comply with current UK legislation and standards including • Building Regulations (Parts A, B, F, K, L and M) • BS EN 14351-1, BS 8213-4, BS 6375 • PAS 24, BS EN 1279 • Equality Act 2010 • CDM Regulations 2015 2.2 Installers must be FENSA or CERTASS registered. 3.0 General Requirements 3.1 Products shall be new, suitable for social housing and from an approved manufacturer. Profiles shall be Class A to BS EN 12608-1 with a minimum 10-year guarantee for frames, glazing and hardware. 4.0 Surveys and Design 4.1 The Contractor shall undertake full measured surveys prior to manufacture. Units shall suit existing openings and allow for tolerance and site conditions. 5.0 uPVC Windows 5.1 Multi-chamber uPVC system with a minimum depth of 70mm. Frames to be white internally and externally. Fully welded frames, internally beaded triple or double glazing to be agreed by QPS, whole window U-value ≤ 1.2 W/m²K, PAS 24 security to ground floor and accessible windows. Restrictors to all windows on the first floor and above. 6.0 Glazing 6.1 Double/Triple glazed sealed units to BS EN 1279, low-E argon filled. Safety glazing provided where required. Obscure glazing to bathrooms and WCs. 7.0 Rear Doors 7.1 Single, double and patio doors to be PAS 24 compliant with multi-point locking, 3-star cylinders and low thresholds. Whole door U-value ≤ 1.2 W/m²K. 8.0 Front Entrance Doors 8.1 GRP composite FD30 fire doors or

Estimated value£4.8m
ocds-h6vhtk-06923a
United Kingdomservices

Highways Urban Grass, Shrubs & Hedges Maintenance

Kent County Council

To apply for this tender please use link: https://www.kentbusinessportal.org.uk/commonNoticeSearch/viewNotice.html?displayNoticeId=1032478186 PLEASE NOTE: When you click RESPOND on the page from the above link, you will be taken to a page entitled "Market Engagement" - this is an ERROR. Please then click REGISTER INTEREST to access the tender opportunity, PLEASE NOTE: THIS UK4 TENDER NOTICE REPLACES DUPLICATE NOTICE : Highways Urban Grass, Shrubs & Hedges Maintenance UK4: Tender notice Notice identifier: 2026/S 000-039181 Procurement identifier (OCID): ocds-h6vhtk-068df3 UK4: Tender notice Notice identifier: 2026/S 000-039181 Procurement identifier (OCID): ocds-h6vhtk-068df3 HAS BEEN TERMINATED The Contractor for each lot is responsible for the programmed works and additional ad-hoc provision. The main service areas comprise of urban grass, shrub and hedge cutting to contribute to visual amenity and to keep roads and pavements clear of vegetation for the safe passage of highway users. Works are conducted typically Monday to Friday. The annual activities required under this contract consist of the following: • Six programmed urban grass cutting visits • One shrub bed maintenance visit • One hedge maintenance visit • Two rose bed maintenance visits • One conservation verge and wildflower programmed maintenance visit • Other programmed activities • Ad hoc works The Council does not guarantee any minimum value, volume of work, or spend under the contract. The expected total contract value for this procurement amounts to £22,500,000. This is broken down as follows (all figures are estimates): -Initial Term 60 months (5 years) totalling £10,125,000 (Lot 1 - £4,556,250 Lot 2 - £5,568,750) -Optional Extension Term up to 36 months (3 years) totalling £6,075,000 (Lot 1 - £2,733,750 Lot 2 - £3,341,250) However, to allow for any future increases in funding, any future inflation, Compensation Events, and any other unexpected but in-scope spend, the total maximum contract value w

Estimated value
CN250567