Public tenders
Tenders in Building construction work
Live results from every procurement portal we monitor. Refine the search using the filter bar above.
84 matching · page 4 of 4
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
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
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
Worcester Cathedral – Reaching New Heights: Scaffolding Contractor (Expression of Interest)
Worcester Cathedral
Project Overview Worcester Cathedral is proposing a programme of high-level repair works to the North-West tower pinnacles, following previous storm-related damage and ongoing fabric deterioration. The works will require a complex, high-level access scaffold to facilitate: - Careful dismantling and rebuilding of stone pinnacles - Masonry repairs and conservation works - Associated roof-level access and protection measures - The scaffold will form a critical element of the project, both in enabling safe access and in protecting the historic fabric below. Scope of Scaffolding Works (Indicative) The appointed contractor will be expected to: - Design, supply, erect, maintain, adapt and dismantle a fully compliant scaffold system - Provide independent tied scaffolding to the North-West tower at high level - Minimise physical intervention into historic fabric (fixings into mortar joints only where required) Incorporate: - Full working platforms to pinnacle level - Safe access routes for operatives and materials - Hoisting arrangements / loading bays (subject to design development) - Debris containment and protection measures - Weather protection (if required) - Welfare Facilites Coordinate with: - Cathedral operations (public access, services, events) - Conservation requirements - Specialist contractors (stonemasons, rope access where applicable) All works must comply with: BS EN 12811 and relevant TG20 guidance Heritage best practice for working on listed structures Key Constraints - Grade I listed building of exceptional significance - Prominent location within the city and cathedral precinct - Ongoing public access and daily use of the cathedral - Limited opportunities for fixing into historic fabric - Requirement for visually sensitive and carefully detailed scaffold design - Potential ecological constraints (programme-dependent) Contractor Requirements Interested contractors should be able to demonstrate: - Proven experience of complex scaffolding to historic / liste
Appointment of Operator for 8 Bedroom Family Friendly Accommodation, Retail Unit, Public Car Park, Play Area & Public Toilets at Pontneddfechan
Neath Port Talbot County Borough Council
Neath Port Talbot Council invites tenders from experienced commercial operators to secure a 20 year lease (with the option to extend for a further 5 years) to run and maintain a new flagship offer in Waterfall Country Pontneddfechan in the Vale of Neath. We are seeking an operator to take on the complete management of the following: • An eight‑bedroom, family‑friendly visitor accommodation • A retail unit suitable for a farm shop or community shop • A 136‑space public car park • A children’s play area • Public toilets serving both the local community and visitors. This is a fantastic opportunity to shape a fully integrated visitor hub at the gateway to Waterfall Country. The successful operator will have the opportunity to build a thriving business, enhance the visitor experience and play a key role in supporting the local community and economy.
Client Project Management Services for the National Lottery Heritage Fund project Reimagining Margam Castle
Neath Port Talbot County Borough Council
Following a successful Round 1 application to The National Lottery Heritage Fund, funding has been secured for the ‘Development’ phase of Reimagining Margam Castle. This project runs until February 2028. Funding has been granted for specialist consultancies and resources to develop a Round 2 application to The National Lottery Heritage Fund, if successful this will unlock the full grant. Neath Port Talbot County Borough Council invites Tenders from suitably qualified and experienced organisations to provide Client Project Management Services. Development Phase (RIBA 2-3) will run from the consultant’s appointment to February 2028. Delivery Phase (RIBA 4-6) is anticipated to run from either a) Spring 2028 or b) Summer 2028 to a) end 2031 or b) Spring 2032 [dates (a) assumes a November 2027 Round 2 application and dates (b) assumes a February 2028 application – end dates incl. defects rectification]. This appointment includes a break clause; continuation to the Delivery Phase will depend on performance, obtaining all required permissions and consents, and a successful Round 2 pass.
EEM0082 - Property Maintenance and Responsive Repairs Framework
EFFICIENCY EAST MIDLANDS LIMITED
Efficiency East Midlands (EEM) is conducting this tender exercise to procure a Property Maintenance and Responsive Repairs Framework to replace our existing DPS0009 which will expire on 26th September 2026. The Framework, which is being procured as a Competitive Flexible Procedure, and will provide EEM Members with a provision for internal, external and whole house property maintenance, refurbishment and responsive repairs for our membership's property stock. The first stage of the procurement will consist of a procurement-specific questionnaire along with a pricing schedule, which bidders will be required to complete and submit for evaluation. As well as the above, EEM will require contractors to complete Minimum Competence and Best Practice Requirements Pass/ Fail Questions and additional Pass/ Fail questions. Following the evaluation and completion of Stage 1, Contractors who meet the minimum requirements and achieve the required threshold will be invited to participate in Stage 2 of the Competitive Flexible Procedure. Pricing will be carried forward from Stage 1 and Bidders will be evaluated in accordance with the tender documentation issued to the Bidders. Works delivered via this framework will be to domestic and commercial properties. Domestic properties will typically be consisting of a mixture of domestic housing stock, bungalows, blocks of flats, and sheltered housing schemes as well as garages, and depots and any other building owned and/or managed by our membership. Commercial properties will include but not be limited to business units, office buildings, hospitals and care facilities, academies, schools, colleges, universities, education centres, student accommodation, homes and care facilities for older people, children's homes and centres, community centres, leisure centres and gyms, libraries, pavilions, changing rooms and public toilets, outdoor leisure facilities, car parks, industrial units, depots, and garages. The Framework will be split into th
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
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
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
Germany – Works for complete or part construction and civil engineering work – Estricharbeiten-Neubau eines eingeschossigen Hortgebäudes am Schulstandort Truppener Straße, 01920 Ralbitz-Rosenthal
Gemeinde Ralbitz-Rosenthal
Los 10- Estricharbeiten: 427 qm Untergrund reinigen, 427 qm Trockenschüttung ummantelt unter Estrich 40 mm, 427 qm EPS (035) DEO 60 mm 2- lagig verlegen, 427 qm PE-Folie 0,2 mm verlegen, 371 qm Heizestrich 70 mm, CT-035-F5-S70-H45, 42 qm Heizestrich 65 mm, CT-035-F5-S70-H45, 45 m Ausbildung von Bewegungsfugen, 14 qm Zementestrich 65 mm, Nutzlast 4 kN, 1 St Mattenrahmen Edelstahl 280/200 cm
Term Maintenance Contract (Engineering & Building Fabric) 2026-2036
Hampshire County Council
The Term Maintenance Contracts provide planned and reactive maintenance to Hampshire County Council (HCC) sites and schools within their (HCC and School's) Service Level Agreement (SLA). The current contracts were competitively tendered in 2017 and are due to expire on 31 July 2026. There is an ongoing need to provide a service to deliver reactive and planned preventative maintenance across the Hampshire County Council and their SLA schools' estate. The new Term Maintenance contract will be for the provision of 'Hard FM' servicing, testing and inspection of building services and fabric together with reactive maintenance services. Planned Preventative Maintenance (PPM) tasks will be scheduled using the SFG20 standard. The Contract will also include a 'helpdesk' arrangement to capture and triage reactive maintenance. HCC owns a substantial property estate, held primarily for the delivery of frontline public services, but also more generally to support the County Council's corporate priorities. The County Council's assets are diverse and include schools, residential and nursing care homes, children's homes, day centres, libraries, waste disposal and recycling facilities, country parks, rural landholdings, and operational farms. The County Council also owns and occupies offices, workshops, depots and storage accommodation, leases other commercial property to businesses and rural holdings to farmers and has responsibility for a wide range of heritage assets including listed buildings and Scheduled Monuments. The desired outcomes of the new contract are to deliver a modern and effective compliance, planned preventative maintenance and reactive maintenance service for HCC. Ensuring good quality, value for money work, is undertaken with a lifecycle approach to asset management. Utilising Concerto and digital tools to facilitate timely and accurate information management and customer interactions. All Tenderers must have signed, completed and submitted (Annex 4e) - TUPE & Site Data Confidentiality Undertaking Template by the Clarification deadline. Tenderers who submit a tender without having completed and returned (Annex 4e) as an attachment via the Intend Correspondence function before the deadline for clarification questions (30/10/2025 at 17:00), will have their submission rejected. The tender submission will not have taken into account TUPE costs or have received the confidential sensitive site data required information for a bid to pass evaluation and the tender will therefore Fail.
Free tender alerts
Get a weekly digest of new tenders
New new tenders matching your interests, delivered to your inbox — no app required. Tell us your email and we'll start a weekly digest. Add keywords or a minimum value in the message and we'll filter to match.
Opens your mail app pre-addressed. We only use your email for the digest you requested.