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 161-180

EPC Assessment Services

Northamptonshire Partnership Homes

2Northamptonshire Partnership Homes (NPH) wishes to invite interested parties to bid for the provision of Energy Performance Certificates (EPC). 2.Following evaluation of submissions NPH are anticipating enter into contract with two providers to support with the completion of an EPC ‘backlog’ project, and also with ongoing EPC re-assessment programme. NPH are seeking quotations from qualified and accredited providers to deliver EPCs in accordance with the RdSAP model for the energy rating of dwellings for our residents and void properties. Primarily the properties to be surveyed are existing properties, requiring EPCs to be carried out in accordance with rdSAP, however in limited circumstances (such as extension or conversions) the contractor may be required to carry out a full SAP assessment. The appointed EPC providers will be responsible for the following: •Conduct onsite energy assessments of NPH properties in accordance with the Energy Performance of Buildings regulations. •Contacting tenants and arranging access to tenanted properties to conduct EPCs •Produce valid EPCs using approved software (Must use Elmhurst). •Provide digital copies/link of the EPC to NPH within the agreed timescales, via NPH’s contractor portal. •Supply tailored energy efficiency recommendations for each property. Please note the full contract value will be split between the two successful bidders (£125K)

£250k - 300kNorthampton15 Jun 2026Open tender →

Montrose ZeroFour Remediation Client Side Team

Crown Estate Scotland

Subject to a successful Remediation Works FBC, ZeroFour CES Development, Capital Delivery & Decarbonisation (DCDD) directorate’s Built Development team require a team to monitor and report on activity, progress, impact and delivery quality by contractors delivering the remediation works on site. The selected team will advise on matters relating to this and any related connected activity – such as planning aspects or health and safety. This Project and its contracts herein referred to as Remediation Client-Side Technical team or RCST, the Remediation Work Contractor (and subcontractors) will be referred to as RWC.

£400kUK - Edinburgh15 Jun 2026Open tender →

Refurbishment Works to two properties - 2 Lots Norfolk

PROGRESS HOUSING GROUP LIMITED

Reside With Progress (RWP) are seeking an experienced Contractor to complete refurbishment works on two of their properties. RWP intend to source a compliant Contractor to take on the adaptation and refurbishment works to the existing domestic property. The Contractor will need to be fully compliant with all Health and Safety regulations and any other industry requirements. This will be divided into two lots, bidders are permitted to bid for one or both lots: Lot 1 - 6 Boundary Way, Poringland, NR14 7JD - approx. 18 weeks Lot 2 - Candlewick, Forncett Road, Tharston, NR15 2YB - approx. 24 weeks Full Specification details are located within the tender documents. All contractors MUST visit site prior to submitting a tender. Please register your interest to visit by emailing cchristopher@progressgroup.org.uk. An opening date will be posted on the portal in due course. Only this date and time will be made available for internal inspection. It will be an open house site visit. Failure to visit site and report in with RWP will result in your tender being invalid.

£586k - 703kLeyland15 Jun 2026Open tender →

DfI TRAM Road Asset Management – Road Restraint Systems Framework

DfI Transport and Road Asset Management (TRAM)

This tender notice is for the award of a public contract through an open procedure in accordance with section 20(1) and (2)(a) of the PA 2023. RAM Road Restraint Systems Framework will include the following work activities: A. Road restraint systems installation and/or repair (standalone RRS including maintenance, renewals and new installations); B. Full or partial demolition of structures associated with road restraint systems; C. Earthworks D. Brickwork, blockwork and stonework E. Structural concrete construction and/or repairs associated with road restraint systems; F. Inspection assistance G. Temporary Traffic Management (TTM) on a live trafficked public road network H. Associated ancillary Works Further ancillary works may be asked of the successful Supplier such as: • Surface reinstatement • Site clearance including vegetation removal The Framework will comprise of three area Lots (Work Orders valued up to £750k exc VAT). A Project Lot will be used to deliver individual NEC ECC projects covering all the geographical areas detailed below (valued between £750,001 and £5m exc VAT Area Lots; • RRSF N1 – Causeway Coast & Glens, Mid & East Antrim and Antrim & Newtownabbey; • RRSF E&S1 – Belfast, Lisburn & Castlereagh, Armagh, Banbridge & Craigavon, Newry, Mourne & Down and Ards & North Down; • RRSF W1 – Mid Ulster, Derry & Strabane and Fermanagh & Omagh. This Framework will deliver works from Call-Off contracts with an overall cumulative value of £22m (ex VAT) over the four-year term. If the Contracting Authority is unable, for any reason, to award a new framework or to put in place an alternative regime to replace this Framework on its termination or expiry, any Call-Off Contract established under the Framework may be extended for a further period or periods up to a maximum of 12 additional months. This may increase the overall cumulative value to £27.5m (ex VAT).

£22m - 26.4mBelfast15 Jun 2026Open tender →

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.

£1250mLivingston17 Jun 2026Open tender →

Renovation works - Lower Valley Farmhouse, off Balsham, Fulbourn, Cambridge, CB21 5DA

Cambridgeshire County Council

Renovation works - Lower Valley Farmhouse, off Balsham, Fulbourn, Cambridge, CB21 5DA Cambridgeshire County Council's farm estate is 34,000 acres (13,400 ha) with 160 farm tenants it is the largest of its kind in England and Wales. Contractors submitting tenders will need to provide evidence that they possess CHAS accreditation or equivalent alternative. Open morning to view the dwelling will be 4th June 2026 - 10am - 11.30am. No other date will be offered.

£70k - 84kHuntingdon19 Jun 2026Open tender →

Roofing and High-Level Works to the Knutsford Council Offices

Knutsford Town Council

Knutsford Council Offices is a Grade II listed building, constructed in c. 1830 with late Victorian extensions. In late 2023 a roof survey was commissioned to advise on future repair works to the building and the council would now wish to commission a programme of works to address the recommendations in the report. The works include: - Work to loft spaces - Repair of chimney stacks - Work to parapets and cornices including pointing - Minor works to roof coverings (not full re-roof) - Guttering works

£50k - 60kKNUTSFORD19 Jun 2026Open tender →

Commercial Gas Boiler Replacement CB1

East Anglia Reserve Forces and Cadets Association

Replace the commercial boilers (38 years old) with new boilers. Connect back onto the existing pipework system. Check the flow rates prior to commencing the works, noting that all the test points are currently blocked. Electrical wiring of boilers and associated equipment to be delivered within the scope. The control systems are more recent so retain the existing control systems and pipework with only the minimum modifications to integrate the new boilers into the existing system. If modifications to the ventilation, flue and pressurisation units are required, these are to be delivered within the scope. The boilers are located in a dedicated plant room on the ground floor of a single storey pent roof brick building. Provision of scaffolding and any associated safety equipment for working at height ( ie flue) are to be delivered within the scope. Ensure adequate valves including emergency control valves and safety backend valves. Ensure gas supply pipework is adequate size for the boiler system. Removal of asbestos containing materials in any current boiler that needs to be taken off site, to be delivered within the scope. Responsible disposal of waste to be delivered within scope. Access to the plant room is via a paved walkway between two buildings about 1 meter wide. The gas intake room is in the same building separated by a brick wall from the plant room. The plant room has access to a WC. Space can be provided to section off a works area for plant and skip. For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Chelmsford:-Central-heating-boilers./KD6S735KA3 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/KD6S735KA3

£140kChelmsford19 Jun 2026Open tender →

Provision of Loft and Cavity Wall Insulation and Associated Works, Kingston Upon Hull

Hull City Council

Hull City Council (The Authority) is seeking tenders from interested organisations to provide Loft and Cavity Wall Insulation and Associated Works. The tender is an open procedure consisting of a one stage process. The contract is anticipated to commence 17th August 2026 ending by 16th August 2029 with an option to extend for up to 12 months. The Authority has estimated the value of the Services to be £1,800,000 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/tender documentation. Please ensure all tender submission documents are completed as detailed. Incomplete bids will be eliminated from further process.

£1.8m - 2.2mHull19 Jun 2026Open tender →

Responsive Repairs & Void Property Framework (2026-30)

Fusion 21 Foundation

Fusion21 is developing a 4-year framework for Responsive Repairs and Void Property Framework. The framework will cover the provision of Responsive Repairs and Void Property Works and associated services for participating contracting authorities the United Kingdom, in accordance with the objectives and requirement of the Procurement Act 2023 (PA23). Preliminary market engagement was carried out by Fusion21 following the publication of a Preliminary Market Engagement Notice 2026/S 000-007288 (OCID: ocds-h6vhtk-061021). This tender notice is for the award of a public contract through an open procedure in accordance with section 20(1) and (2)(a) of the PA 2023. The framework is divided into the following lots: Lot 1 - Responsive Repairs & Maintenance Lot 2 - Void Property Improvements Lot 3 - Void Property Security, clearance and Pest Control Lot 4 - Disrepair Works Lot 5 - Contact Centre Services The framework aims to provide compliant, flexible and value for money route for contracting authorities to procure responsive repairs, void property works and associated services. It will support both national and regional coverage, with opportunities for SME’s to participate.

£350m - 420mKnowsley19 Jun 2026Open tender →

NHM150 Western Galleries - Base Build Lead Architect

Natural History Museum

The Natural History Museum has announced important transformations of its internal spaces ahead of the 150th anniversary of the opening of the South Kensington site, occurring in 2031. As part of these transformations, the popular Dinosaur Gallery will be restored, and the Origins Gallery, the Old General Herbarium and the Swing Space, currently closed to the public, will be reopened and returned to public use. These galleries are identified collectively as the' Western Galleries'. The works in each gallery will be articulated in two phases: base build, which is the object of this tender, and fit out, which will be tendered separately. The first works to commence will be the Swing Space in Autumn 2027 (base build) for an opening in 2028, followed shortly after by the Botany Library and the Old General Herbarium, due in 2029, Dinosaur Gallery, opening in 2030, and Origins Gallery that will be completed in 2031. A Feasibility Study has just been completed both for base build and fit-out leading to the identification of a set of recommended options for the base build and a set of design principles for the fit-out. The base build works for all the galleries in scope will encompass design and works for (high-level scope, including but not limited to): - Conservation of the gallery spaces - Making good of the fabric of the building - New ventilation and heating / cooling system and associated Building Works in Connection (BWIC) - Mechanical, electrical and public health systems - Creation of new plant rooms to support the increased needs of the spaces - Required structural works Additional works (including but not limited to): - clearance of existing spaces - Dismantling and removal of Dinosaur Gallery walkway - Decant and recant of Botany Library contents - Temporary relocation of Dino Shop - Decant and relocation of offices to make room for the new circulation core - Relocation and enlargement of ground floor café - Conservation of existing fixtures and finishes (e.g. cabinets and bookcases) in Old General Herbarium and Botany Library - Removal of existing Dino shop and dog leg corridor in the Swing Space - Creation of 2 new vertical circulation cores (lifts and staircase) - Decant and relocation of offices to make room for the new circulation core - Creation of new toilets and ancillary spaces - Relocation and enlargement of ground floor café - Creation of new café on the first floor - Fit out of new Dino Shop and the two cafes. The appointed consultants will be asked to act as Lead Architect, developing the base build design for the galleries and ancillary spaces across RIBA stages 2-7, supervising and coordinating the works of the other base build consultants, such as, but not limited to, MEP consultants, circulation consultants, accessibility consultant and fire consultant and coordinating the fit-out consultants to ensure continuity between the projects. They will also be asked to provide Heritage consultancy, structural engineer, sustainability and BSA Principal Design services for the base build and fit out projects. In order to access the documents for the tender exercise, all tenderers must complete the NDA available in the SQ stage document library. The NDA must be signed by an appropriate representative of the tendering company and returned to the Museum for countersignature. Once the NDA has been completed by both parties, it will be sent to tenderers for record keeping. The tenderer will then be added to the Tenderbox stage. Bidders who signed an NDA as part of the Pre-Market Engagement stage do NOT need to sign the NDA again, and will be added to the Tenderbox automatically. Once bidders have been added to the Tenderbox they will receive an automated e-mail from Delta. For more information about this opportunity, please visit the eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work-for-art-and-cultural-buildings./Q9A7G84683 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/Q9A7G84683

£2m - 2.4mLondon19 Jun 2026Open tender →

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 the following lots: Lot 1 - Whole House Internal and External Repairs and Maintenance (Contracts up to £2m) Lot 2 - Whole House Internal and External Repairs and Maintenance (Contracts over £2m) Lot 3 - Reactive Repairs and Responsive Repairs (Midlands Coverage) EEM reserve the right to appoint 10 contractors to each of the above lots. In addition to the Contractors appointed to each lot, EEM reserves the right to appoint a 'Reserve Bidder' for each lot, either at the same time as, or at any time during, the award and pre framework commencement stage. The Reserve Bidder for each lot will normally be the next highest ranked bidder following completion of the evaluation process for each lot, provided that their submission has met the required minimum evaluation standards. For the avoidance of doubt, if EEM appointed all 10 Contractors to Lot 1, 2 and 3, then the 11th placed bidder for each lot may be appointed as the Reserve Bidder. If all 10 places on a particular lot are not filled, EEM still reserves the right to appoint Reserve Bidders on those lots. Following the appointment of Successful Contractors, in the event that the Successful Contractor: •Makes a material alteration to the Bid which formed the basis of its selection as Successful Contractor (whether as to price or any other aspect of its Bid); •Does not comply with the provisions of this document; •In the reasonable opinion of EEM fails to make satisfactory progress towards signature of the Framework Agreement; and •In the case of any of the above, fails to remedy the situation to the reasonable satisfaction of EEM within a defined time period having been served notice in writing by EEM; i. EEM shall be entitled to de-select the Successful Contractor(s) and at the absolute discretion of EEM to exclude the Successful Contractor(s) from any further participation in the Procurement process or to introduce a further competitive stage in the Procurement process in which the Successful Bidder(s) may or may not (in the absolute discretion of EEM) be invited to tender. Under no circumstances will EEM or any of their respective advisors be liable for any costs or expenses incurred by the Successful Contractor and/or any of its Relevant Organisations due to or arising from. All Bidders must declare any relevant corporate relationships, including parent companies, subsidiaries, or associated entities, within their tender submission. Where more than one entity within a corporate group (including parent companies, subsidiaries, or entities under common ownership or control) intends to submit a Tender for this procurement exercise, EEM requires that those entities agree upon a single lead bidding entity (the "Lead Bidder"), with all other relevant corporate group members participating solely as named key sub-contractors to the Lead Bidder. Contractors (and/or subcontractors) are required to hold accreditations and qualifications as listed within the tender pack in order to be awarded a place on the Framework. This requirement ensures our Members can be confident they are appointing competent and compliant contractors. The documents for Stage 1 of the Competitive Flexible Procedure will available on Delta eSourcing from Tuesday 5th May 2026 with a submission deadline for Stage 1 of 14:00 on Friday 19th June 2026. For those contractors that progress to Stage 2 of the Competitive Flexible Procedure, the documents for Stage 2 will be available from Friday 7th August, with a tender submission deadline of Friday 18th September 2026 at 14:00. The timetable for this procurement is subject to amendment at the sole discretion of EEM. The call-off contract's to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of the Contract Notice may extend for a duration of up to five years beyond expiry of the four-year term of the Framework Agreement. Please note that the total potential framework value stated within this notice is in relation to the full 4-year framework and takes into consideration the lot structure, length of call off contracts and that the EEM membership may grow over the framework lifetime. The Framework is being procured by EEM on behalf of the organisations that have been accepted as authorised users. Authorised User means EEM and any other contracting authority (as defined in Section 2 PA23) described in the Tender Notice that is also listed as an authorised user on EEM's website https://eem.org.uk/members/ Authorised users are classed as any current company law member, any future company law members and any user that has been authorised access to the frameworks and other public procurement tools provided by EEM. EEM is incorporated as a company limited by guarantee and is owned and governed by a small number of organisations who make up our 'Company Law Members', all of which are Contracting Authorities in their own right. The Framework Agreements being procured by the procurement exercise begun by publication of the Contract Notice will be entered by EEM as the Contracting Authority which will have undertaken and completed that procurement exercise. Any reference in the Contract Notice or tender documents to Contracting Authority is deemed to be and include a reference to EEM. The organisations entitled to access and use the Framework Agreements to be awarded at conclusion of the procurement exercise begun by publication of the Contract Notice are: Any current EEM Member - being an organisation which is a Company Law Member of EEM at the date of this Contract Notice and being one of the organisations who owns and governs EEM; Any Future Member of EEM, from time to time Company Law Members and the EEM Board may appoint additional organisations to become Company Law Members. All Future Members will also be Contracting Authorities in their own right; and A Framework User - being an organisation who has signed and agreed to the terms of accessing EEM Frameworks and who is authorised to access the frameworks and other public procurement tools provided by EEM. EEM frameworks may accessed by all publicly funded organisations. Frameworks can be used by any organisation that falls in to one or more of the categories listed below and can be identified through the links provided as users in accordance with the Public Contracts Regulations 2015 or the Procurement Act 2023. The list of potential framework users below is not exhaustive of all organisations who can utilise EEM services, access will be granted to any publicly funded organisation. Registered Social Landlords in England and Wales, including but not limited to: 1. Registered Social Landlords in England and Wales, including but not limited to https://www.gov.uk/government/publications/registered-providers-of-social-housing 2. Local Authorities, including but not limited to England and List of councils in Wales. .3. National Health Service (NHS) bodies including NHS Trusts, foundation trusts, Integrated Care Boards or Partnerships, GP federations and other health and social care providers within England and Wales. 4. All emergency services including Police Forces, fire and rescue departments and emergency medical services. 5. All education establishments including but not limited to, schools maintained by local authorities, academy trusts, colleges, universities and other further education establishments. 6. Registered Charities with a relevant link to the core purpose and services provided by EEM. 7. Central government departments and their agencies 8. All other contracting authorities as defined in the Public Contracts Regulations 2015 or the Procurement Act 2023

£500mAlfreton19 Jun 2026Open tender →

Green Campus Main Contractor

Thanet District Council

The contract is a contract for construction of Green Campus in the form of a NEC4 with a schedule of amendments. The contractor may be required to undertake limited updates to the designs prepared for the Council. The proposals for the site include new workspace and training facilities that will be located adjacent to the port area, consisting of flexible workspace with the potential to be subdivided into smaller units. The proposals include a car park and access from Military Road. The proposed land uses at the site by area are: 1,893sqm Gross Internal Area of office and warehouse space Further details of the project for which planning consent has been obtained are available on the Planning Portal (reference F/TH/25/0961) and in the invitation to tender. CPV code: 45000000 (Construction Works) Geographic classification: South England – Kent -East Kent (UKJ44) Anticipated contract end date: 31 August 2027

£6.8m - 8.2mMargate22 Jun 2026Open tender →

National Framework for Major Works 2026

YPO

Pagabo Ltd on behalf of Yorkshire Purchasing Organisation (YPO) intend to establish a Framework of contractors capable of providing major works construction and refurbishments within the UK for the Public Sector. The Major Works Framework is principally intended for use on works £5,000,000 and above in value delivered as individual construction related projects, parts or phases of a project, batches of projects or defined programmes of work, or undefined (or loosely defined) programmes of works over a set period of time, across all value bands. The main areas of activity will comprise of general construction and/or building services work, including but not limited to: new build, extensions, remodelling or alterations, refurbishment, retrofit and specialist fit-out; renovation, planned remedial and/or repair work; mechanical, electrical and plumbing (MEP) works; and may also include civils, landscaping and associated site infrastructure works as required to construct the works. The National Framework for Major Works 2026 will be procured under the Procurement Act and Procurement Act Regulations, scheduled to commence in October 2026 for a term of 4 years. It is anticipated that, while the Framework Agreement is governed by the English Law, the Contracting Authority may, during the first 2-weeks of the tendering period introduce Scottish Law to form a part of the Framework Agreement Terms and Conditions. This is to support compliance with the applicable legal requirements in Scotland. The Contracting Authority will communicate this information to Bidders, in a transparent and proportionate manner. Bidders are to take this into account, while preparing tender return submissions.

£5000mWakefield22 Jun 2026Open tender →

Airport Route Upgrades

Tyne and Wear Passenger Transport Executive T/A Nexus

Tyne and Wear Passenger Transport Executive t/a Nexus are seeking to appoint a Principal Contractor to carry out and complete the Airport Route Upgrade works between Newcastle International Airport station and Longbenton (Tyne and Wear). The upgrade works consists of the replacement and renewal of permanent way assets and overhead line equipment. This will include renewal of specified areas of track, which have reached the end of their serviceable life, tamping to achieve a new through alignment, offloading ballast and stressing along with replacing an existing fixed tension overhead line system with a new automatically tensioned system. Certain civil engineering and signalling activities may also form part of the overall scope.

£16m - 20mNewcastle upon Tyne22 Jun 2026Open tender →