UK construction tenders,
ready to review.

Free access to tender docs and go/no-go reports for all the latest construction opportunities in the UK.

Get bid support
193 live tenders · Showing 81-100

Medway Schools - SRP Provision

Medway Council

Medway Council is seeking quotes from prospective suppliers for construction works relating to alterations to provide new SEN spaces within two existing primary schools. Medway Council operates a fully electronic procurement process and requires all bidders refer to the most up to date documents located within the Kent Business Portal and direct any communications they may have through the same system to support the integrity and transparency of this activity. Contract Period: 21st July 2026 - 24th August 2026

£300k - 360kChatham29 May 2026Open tender →

Refurbishment of Public Toilet Block (2 cubicles)

St Buryan Lamorna Parish Council

St Buryan, Lamorna & Paul Parish Council is seeking to refurbish the existing public toilets in St Buryan, Galligan Lane, located behind the book swap / bus shelter. The toilets are the only public toilets in the area and are frequently used by delivery drivers, trades workers, walkers and local residents. The structure of the building is sound and the toilets are broadly in working order, however refurbishments are needed to improve the facilities. The aim is to provide a facility suitable for all users but which will be resistant to vandalism, a problem at this facility. The Parish Council would be pleased to receive quotations for the following scope of work. Quotes can be provided for all works, or contractors may quote for one or more elements (plumbing, electrical, general building). Please submit your quotation and supporting documents to: clerk@stburyanlamorna-pc.gov.uk by 5.00pm on Friday 29 May 2026 Works (supply and installation, material costs and labour) Cost (ex VAT) Plumbing Drainage: Assess the current drainage arrangement and quote to carry out works to correct/improve the flow if needed. Drainage: Assess the current plumbing arrangement and quote to carry out works to correct/improve if needed. Toilet pans: replace the existing toilet pans with vandal-resistant toilet pans, including integral toilet seats and robust materials. Plumbing & Electrical Removal of 2 x Wallgate units (single unit for soap, wash, dry) Install hand basin with sensor activated tap. Design - vandal resistant. 2 basins, one for each unit. Notes - height 740mm at top of basin. To be located on the wall where the Wallgate unit is currently (basin to be located in proximity to the WC, to be able to be used from seated, if possible) Size, to be able to accommodate hand washing. Install soap dispenser, to be sensor activated if possible. 2 soap dispensers, one to be located to the side of the basin in each of the units. Potential for the dispenser to be sensor activated and the soap reservoir / filling to be in the service cupboard. Electrical Supply and installation of hand drier - 1 in each unit. Height from floor: 1,000 mm Supply and installation of water heater - either two (one for each unity) or one to serve both. Potential to be located in service cupboard. Must have max temperature limiter. Upgrade the light fittings to LED, if they are not already LED. Check that that electrical systems are fit for purpose, and quote for provision of works to bring to standard, if needed. Building works Doors to cubicles: - Replace locks (current locks are linked to the coin operated entrance system, now defunct) New locks to be vandal-resistant. - New door handles and the internal lock to be accessibility compliant, and for contractor / emergency services to be able to access a locked unit in case of emergency. - Make good the woodwork, light sand, prime, undercoat and topcoat with hard wearing gloss or satin paint. - Fit a hasp for a padlock Walls - Repair / replace wall tiles, grouting where necessary - Make good and seal the join between wall and floors. Toilet pans - Replace existing with vandal-resistant toilet pans. Flush mechanism also to have vandal-proof design and materials. Accessibility - Supply and fit handrails to meet Regulation M accessibility standards. Additional notes • Where costs for options have been requested, the Council will decide on how to proceed based on budgetary constraints • This public toilet facility is prone to vandalism, suitable hard-wearing products are essential • Proposed products should be clearly presented with detailed specifications • It is strongly recommended that a site survey is undertaken prior to quote. This can be arranged via the Clerk. At time of issuing the invitation to quote, the left hand unit is open for public use and can be viewed at any time • An asbestos survey will be carried out, and if there is any asbestos present, contractors will be notified. • It is understood that a building regulations application is not needed as the works are replacement of existing facilities • Proof of Public Liability insurance to be provided by all contractors and subcontractors, also Employer liability insurance where applicable • All certificates required (eg electrical works) to be provided by all contractors and subcontractors • Risk Assessments and Method Statements to be provided by all contractors - contact the Clerk to discuss if needed. • If the contractor has not previously worked for the Parish Council, three references to be provided • Please state estimated start date for work and anticipated timescale for completion Evaluation criteria: 1. Quality and durability of products specified; evidence of experience and timescale for completion: 20% 2. Cost: 80% The Council is not obliged to accept the lowest quote The Council will not cover any costs associated with any tender, quote or estimate. The Council may request further information. Scoring for evaluation: Has the contractor supplied correct insurance documents? Pass / Fail References, warranty on works and materials, comply with the brief? 10% Start date and timescale for completion 20% Price 70% Issued by Clerk/RFO - 2 May 2026

£9k - 11kHayle29 May 2026Open tender →

INVITATION TO TENDER (ITT) for the provision of Replacement Lift at the Town Hall Hereford

Herefordshire Council

The Contractor shall undertake the full removal and replacement of the existing hydraulic passenger lift installation located off reception within the Town Hall Offices. The existing lift installation has reached the end of its serviceable life with obsolete control components and reliability issues. The works shall therefore comprise the complete replacement of lift equipment, hydraulic systems, electrical systems, lift car, doors and associated components, together with all builder's works required to prepare and adapt the lift shaft and surrounding structure. The Contractor shall be responsible for the design, supply, installation, testing and commissioning of the lift system. The completed installation shall provide a modern passenger lift suitable for public use in a civic building, meeting all relevant statutory and safety requirements.

£120k - 144kHereford29 May 2026Open tender →

Westminster Housing Responsive Repairs and Major Works Contracts

Westminster City Council

Westminster City Council (the ‘Council’) has a statutory duty to deliver repair and maintenance services to its 21,000-strong housing stock, comprising approximately 43% leasehold properties, 57% tenanted homes and 145 High Rise Buildings (HRB) across the Borough. It is also worth noting that 41% of the Council’s housing stock is located within a conservation area, whereas 17% of the buildings are listed properties. Furthermore, the Council delivers major works and planned cyclical construction-based maintenance with the view of continuously improving the physical and social infrastructure of its housing stock. Currently housing repairs, maintenance and works are delivered via eight (8) Term Partnering Contracts (‘TPC’) which were procured in 2017 and 2019 for a period of up to ten (10) years as follows: • Responsive Repairs and Voids • Major Works (2 separate contracts covering North and South of the Borough) • Mechanical • Electrical • Domestic Heating • Lifts • Aids & Adaptations The Council is intending to re-procure these contracts based on revised scopes as part of an overarching Strategic Alliance Agreement, based on the FAC-1 Framework Alliance Agreement which all appointed contractors will be required to sign up to along with the contract documents specific to each requirement. Taking into account the differing expiry dates of the TPCs, the various Section 20 consultation requirements, as well as the indicative timelines associated with each retendering process, the Council determined that the re-procurements will be delivered in tranches. The Council issued a Preliminary Market Engagement (PME) Notice related to this procurement (Ref 2025/S 000-061916) on 2nd October 2025 (https://www.find-tender.service.gov.uk/Notice/061916-2025) supplemental to PME Notice with reference 2025/S000-022847 dated Monday 19th May 2025 (https://www.find-tender.service.gov.uk/Notice/022847-2025) for the purpose of inviting interested market suppliers to engage in detailed consultation around the proposed procurement model and the new contract opportunities for responsive repairs and voids and major works. For information, and in addition to the existing TPCs referenced above, the Council will also be procuring the following requirements through separately regulated processes: Establishment of a Planned Preventative Works Framework Specialist repair and maintenance contracts, including but not limited to minor works, roofing, damp and mould, plumbing and drainage Various Health & Safety Compliance contracts, and Establishment of a Professional Services Framework This tender notice provides details of the procurement for the Responsive Repairs & Voids contract and the Major Works contracts, which form part of the first tranche. The procurement is a lotted Procurement with Responsive Repairs & Voids constituting Lot 1 and Major Works constituting Lot 2. The procurement is to be conducted as a Competitive Flexible Procedure (CFP) and the structure will follow the same approach for both lots: a. Combined Conditions of Participation (COP) and Invitation to Submit Initial Tenders (ISIT) stage, b. Shortlisted Tenderers will be invited to participate in Technical and Commercial Dialogue, c. all Tenderers who participated in the Dialogue stage will be issued with an Invitation to Submit Final Tenders (ISFT), d. final tenders will be assessed and a most advantageous tenderer identified in line with section 19 of the Procurement Act 2023. However, the Council does not wish the same supplier to be awarded both lots and therefore has set bidding restrictions as outlined further in this notice. The Client reserves the right, at its sole discretion, to update, modify or issue supplementary documentation at any time during the procurement process to clarify any issue or amend any aspect of the associated tender documents by notification to the Tenderers in writing. The Council may, in its absolute discretion, exercise the option to extend any deadline in the event that subsequent documentation is issued or for any other reason.

£746m - 895mLondon1 Jun 2026Open tender →

Midmere Avenue Installation of a Parallel Crossing

Hull City Council

Hull City Council (The Authority) is seeking tenders from interested organisations to provide parrallel instalation works on Midmere Avenue, Kingston upon Hull. The tender is an open procedure consisting of a one stage process. The contract is anticipated to commence 27 July 2026 ending by 21 August 2026 with no option to extend. The Authority has estimated the value of the Works to be £52,500 overall. The estimated value is given in good faith to assist tenderers in making their submissions, it should not be interpreted as an undertaking to purchase any goods, services or works to any particular value by the Authority and does not form part of the Contract. Further information is contained within the Scope of Works/tender documentation. Please ensure all tender submission documents are completed as detailed. Incomplete bids will be eliminated from further process.

£53k - 63kHull1 Jun 2026Open tender →

Meadowbank Road Installation of Traffic Calming Measures

Hull City Council

Hull City Council (The Authority) is seeking tenders from interested organisations to provide installation of traffic calming works on Meadowbank Road, Kingston upon Hull. The tender is an open procedure consisting of a one stage process. The contract is anticipated to commence 10 August ending by 4 September with no option to extend. The Authority has estimated the value of the works to be £38,000 overall. The estimated value is given in good faith to assist tenderers in making their submissions, it should not be interpreted as an undertaking to purchase any goods, services or works to any particular value by the Authority and does not form part of the Contract. Further information is contained within the Scope of Works/tender documentation. Please ensure all tender submission documents are completed as detailed. Incomplete bids will be eliminated from further process.

£38k - 46kHull1 Jun 2026Open tender →

Maintenance and Redecoration of Rumble Rock Lighthouse

Northern Lighthouse Board

Important Update: Due to issues outwith the control of NLB, we will not undertake a site visit for this project. NLB will now undertake a Presentation highlighting the works to be undertaken. All suppliers must register to attend the Teams Presentation via Delta. The Teams presentation will be held on Wednesday 13 May at 10:30 am. The proposed works will comprise of minor civil maintenance repair works and the application of decorative / protective coatings to the structures. More specifically, the main items of work (which may not be completed in this order depending on the Contractor’s methods and programme) are as follows: •Fabrication of Ladder. •Mobilise to site and establish welfare facilities/arrangements. •Dismantle/ remove the access ladder and replace with new. •Wash down structure and remove marine growth. •Carry out grout repairs. •Prepare and paint the structure. •Apply blackjack coating to bottom section of structure. •Clear the site.

£95k - 114kEdinburgh1 Jun 2026Open tender →

Architectural Design

Wythenshawe Community Housing Group Limited

Wythenshawe Community Housing Group (WCHG) is procuring architectural services to support the redevelopment of a number of existing residential sites as part of the wider Wythenshawe Regeneration Programme. The commission will involve appraisal, design development and progression of proposals for residential‑led redevelopment, with the potential for services to extend into later delivery stages.

£2.5m - 3mManchester2 Jun 2026Open tender →

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 equivalent approved where required, PAS 24 and Secured by Design compliant, solid timber core, low access threshold, multipoint locking and 10-year insurance backed guarantee. 9.0 Installation 9.1 Installation to BS 8213-4. Frames fixed plumb and square, gaps insulated and sealed. Making good matches existing finishes. 10.0 Resident Liaison and Handover 10.1 Residents are to be notified in advance by QPS. Contractor to ensure appointments are honored. Properties are to be left secured daily. On completion provide certification, guarantees and operating instructions. 11.0 Cleaning and Reinstatement 11.1 All frames and glazing cleaned on completion and surrounding finishes reinstated to match existing. Appendix 1 - Customer Choice Door Design and Pattern For routine and planned composite front door installations EFDC and QPS wish to offer customers a choice of three designs similar to the following. Rear doors will be offered option A excluding the letterbox. Option A Option B Option C Blocks Where an FD30 composite door is required for both routine and planned work, tenants and leaseholders will be offered option C as standard unless otherwise agreed. Colours will need to be in keeping with neighboring doors. (usually white) Street Properties Tenants and leaseholders living in street properties will be offered a choice of options A - C. This option relates to planned and responsive replacements. Customers in street properties will be offered a choice of white, black, grey or red   Furnishing All front doors will be fitted with a letterbox, door handle spy hole, door knocker and numbering. All fittings will be in chrome. Thumb turn to meet insurance specifications. Emergency installations for tenants and leaseholders will match the existing door. Emergency doors will be installed initially where required.

£4.8m - 5.8mEpping2 Jun 2026Open tender →

5501 - Risca Community Comprehensive School - Boys WC Refurbishment

Caerphilly County Borough Council

You are invited to submit a tender for the Risca Community Comprehensive School –Boys WC Refurbishment The scope of the project is fully described in Appendix 1 but in summary the scope is: - Demolition - New floor covering - Timber construction walls - Maintenance cupboard - M&E works - WC Cubical - Wallgate Units - Decoration - Works to be carried out during summer term break 2026

£124k - 149kHengoed2 Jun 2026Open tender →

Gordon Gourt: Capital Works – Main Contractor

Jewish Community Housing Association Ltd (jLiving)

The project has been developed for jLiving (Jewish Community Housing Association) and is located on a 0.2825 hectare site in Edgware on the A5 ‘Stonegrove’ between Stonegrove Gardens and Calthorpe Gardens. The site is currently occupied by Gordon Court, a two storey residential building in an ‘L’ shaped form. jLiving provides the Jewish community with affordable, secure, welcoming accommodation, including associated services for those aspiring to live independently. Gordon Court currently provides: • 33 flats in total arranged over two floors, including 26 studio flats for single people, 6 one-bedroom flats and 1 two-bedroomed flat for couples. • 7 residents car parking spaces. • Parking is available to the front of the property – restrictions apply Mon-Fri 7-10am, 3-6pm. • Parking is also available in Calthorpe Gardens – resident permit parking Mon-Sat 10-11am and 3-4pm. The new development proposes an additional 11 new affordable rented flats, and the reconfiguration of the existing accommodation to create one-bedroom apartments from existing bedsits and ancillary accommodation. The units will be a mix of both 1B1P and 1B2P flats. The new development proposes to retain the existing building on the site, adding two new storeys to the front and side wing, and retaining a two-storey element in the vicinity of mature trees on the western side of the site. In addition to the airspace development a number of small extensions have been added to allow improved accommodation in existing apartments and achieve dual aspect requirements. The main façade is being reconfigured to create a modern frontage with balconies provided to break up the façade and add rhythm. We invite you to submit your lump sum, firm priced tender to execute the Main Contract works. This will be a Design & Build contract and should include for all (outstanding) design, labour, plant and materials necessary to complete the works For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work-for-multi-dwelling-buildings-and-individual-houses./FQ8E7AAA23 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/FQ8E7AAA23

£10.2mLondon3 Jun 2026Open tender →

HCC - 04/26 - The Provision of a Framework for Structural Maintenance and Resurfacing Treatments

Hertfordshire County Council

Hertfordshire County Council is currently out to procurement for the Provision of a Framework for Structural Maintenance and Resurfacing Treatments The Structural Maintenance and Resurfacing Treatment (SMART) Framework is due to expire on 30 September 2026. The Framework covers the following scope and objectives for the Client: • Maximise the outcomes for its customers, from the funds available to the Client, whilst holding the Client and its Highways Service providers accountable for effectiveness and efficiency. • Develop and implement transport strategies in support of the Local Transport Plan and other Client policy objectives. • Support Elected Members to take decisions, within the overall policy framework, which affect their local area, and to implement them. • Ensure that the customer journey is simple, efficient and effective. • Ensure that everyone within the Highways Service understands and adheres to the Client's policies, strategies, standards and protocols. • Carry out works that are related to either safety or asset protection, and to plan work in technically derived programmes for maximum effectiveness and efficiency. • Carry out work using the most efficient methods available to implement local member decisions. • Arrange for Highway Services to be delivered by lean and effective methods. • Have straightforward relationships with local Members/Divisions and with stakeholders such as District Councils across all strategic transport areas. This is a Framework, within which, call offs will be issued based on the NEC4 ECC form of Contract. The Client wishes to undertake a core programme of structural maintenance surfacing works over a four year period at various locations throughout the County of Hertfordshire. The Framework is split into the following 5 Lots: Lot 1 Carriageway Resurfacing - A Roads and Local Roads Lot 2 Surface Dressing Lot 3 Carriageway Microsurfacing and Preparation Lot 4 Footway Microsurfacing Lot 5 Footway Reconstruction (including Drainage and General Civils) Please refer to the tender documents for full details. This procurement is an open process. Organisations wishing to take part in this project are invited to ‘express an interest’ and also ‘opt in’ which will give access to the full procurement documents in the e-tendering system. To be considered as a Tenderer you must complete and submit a Tender by the deadline of 12 noon on the 3rd June 2026 Please allow sufficient time to make your return, as Tender submissions cannot be uploaded and submitted after this return deadline. Please ensure that where possible documents are uploaded as a PDF and that file names are succinct. Any questions relating to this procurement must be made via correspondence on the website, in accordance with the procurement documents, and can be addressed to the main contact as shown in the details above. Tenderers should be aware that due to the nature of the Services provided, any Framework formed as a result of this procurement process shall be executed as a deed. Tenderers should seek independent legal advice on the implications of this prior to submitting their Tender, where appropriate. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. To access this opportunity please visit https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home

£127.2m - 152.6mStevenage3 Jun 2026Open tender →