Skip to main content

Public tenders

Tenders in Roof works & specialist trades

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

37 matching · page 2 of 2

United Kingdomworks

Annexe Roof Replacement and Associated Works at Pebble Hill Mobile Home Park, Radley, Oxon

Vale of White Horse District Council

Pebble Hill Mobile Home Park is located in Radley, Oxfordshire. It comprises of 104 permanent residential mobile homes, served by a private access road. The park is situated off the main highway and is surrounded by woodland, an adjacent mobile home park (Woodlands) and the residential area of Kennington. The site is owned and managed by The Vale of White Horse District Council (the Council). All plots have electrical, water and drainage connections. Residents own their own homes and pay an annual service charge to the council. The Council is seeking to appoint a suitably competent Contractor to carry out roofing remedials and minor demolition works to 70no. council-owned outbuildings (referred to as Annexes), to satisfy national building specifications and regulatory standards.

Estimated value£180,000
C-000336
United Kingdomworks

Annexe Roof Replacement and Associated Works at Pebble Hill Mobile Home Park, Radley, Oxon

Vale of White Horse District Council

Pebble Hill Mobile Home Park is located in Radley, Oxfordshire. It comprises of 104 permanent residential mobile homes, served by a private access road. The park is situated off the main highway and is surrounded by woodland, an adjacent mobile home park (Woodlands) and the residential area of Kennington. The site is owned and managed by The Vale of White Horse District Council (the Council). All plots have electrical, water and drainage connections. Residents own their own homes and pay an annual service charge to the council. The Council is seeking to appoint a suitably competent Contractor to carry out roofing remedials and minor demolition works to 70no. council-owned outbuildings (referred to as Annexes), to satisfy national building specifications and regulatory standards.

Estimated value£180,000
C-000336
United Kingdomworks

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

Estimated value£135,000
25_010
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

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

Estimated value£123.5m
ERFX1008788
United Kingdomworks

Henry Cavendish Roofing Works

London Borough of Lambeth

The procurement objective is to appoint a contractor for the provision of Works covering the stripe up and removal of existing roofing coverings and replace with new roofing system as per noted in specifications. This also includes any works required to existing roof M&E plant

Estimated value£802,000
14
United Kingdomworks

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

Estimated value£135,000
25_010
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

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

Estimated value£123.5m
ERFX1008788
United Kingdomworks

Henry Cavendish Roofing Works

London Borough of Lambeth

The procurement objective is to appoint a contractor for the provision of Works covering the stripe up and removal of existing roofing coverings and replace with new roofing system as per noted in specifications. This also includes any works required to existing roof M&E plant

Estimated value£802,000
14
GermanyWorks

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

Estimated value
304808-2026
Norwayworks

Anskaffelse - Støttemur Fjelltunnvegen 39, 2026

Ålesund kommune

Støttemur langs kommunal vei. Gamle støttemur skal fjernes og erstattes med ny. Komplisert område: boligfelt, bratt stigning. Konkurransegrunnlaget blir basert på prosjektleveranse fra konsulent. Inkluderer overvannsløsning (vann og avløp skal kobles til), oppgraving og håndtering av masser. Krav til sikkerhet, krav til maskiner, miljøkrav. Kontraktens art: Bygge- og anleggsarbeid. Kontraktens ytterligere art: Varer. Tildelingskriterier (i prioritert rekkefølge): 1. Pris — Leverandør skal i kostnadsberegningen fylle ut vedlagt prisskjema, og levere som vedlegg til tilbudet i Excel-format. Alle priser er i NOK, ekskl. mva., inkludert alle direkte eller indirekte utgifter og avgifter som kan tenkes påløpt i forbindelse med leveransen. 2. Kompetanse og erfaring — Leverandørens kompetanse og erfaring hos tilbudte nøkkelpersonell. Dokumentasjon: CV for tilbudte nøkkelpersoner samt kopi av alle relevante sertifikater og godkjenninger. Nøkkelpersoner omfatter: Prosjektleder, Anleggsleder, Rørlegger, Anleggsarbeider, Maskinfører, Lastebilsjåfør. 3. Miljø — Leverandør skal beskrive hvordan de vil minimere klima- og miljøbelastningen. Inkluderer håndtering av masser, klimabelastning fra betong (EPD iht. NS-EN 15804), og kjøretøy- og maskinparken som vil benyttes. 4. Fremdriftsplan — Planlagt oppstart, hovedaktiviteter, ferdigstillelse og total byggetid. Anslått varighet: Startdato 30.06.2026, sluttdato 15.10.2026. Frist til anbudet må være gyldig: 174 dager.

Estimated value
2026-107989
United Kingdomworks

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.

Estimated value£250.0m
2026/S 000-039891

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.