Construction Contract Leads
North East
Category Works
Type Tender
No. of Lots 5
Status Active
Published 27th Apr 2026
| Reference | ocds-h6vhtk-068c14 |
| Common Procurement Vocabulary | Construction work for multi-dwelling buildings and individual houses |
| Procurement Method | Open procedure |
| Value | - |
North East
Category Works
Type Tender
No. of Lots 5
Status Active
Published 27th Apr 2026
| Reference | ocds-h6vhtk-068c14 |
| Common Procurement Vocabulary | Construction work for multi-dwelling buildings and individual houses |
| Procurement Method | Open procedure |
| Value | - |
Scope
Reference
PA23-YPO-0002
Description
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.
Commercial tool
Establishes a framework
Total value (estimated)
- £5,000,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 19 October 2026 to 19 October 2030
- 4 years, 1 day
Main procurement category
Works
CPV classifications
- 45000000 - ÂÜÀòÔ´´ work
- 45211000 - ÂÜÀòÔ´´ work for multi-dwelling buildings and individual houses
- 45212000 - ÂÜÀòÔ´´ work for buildings relating to leisure, sports, culture, lodging and restaurants
- 45213000 - ÂÜÀòÔ´´ work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
- 45214000 - ÂÜÀòÔ´´ work for buildings relating to education and research
- 45215000 - ÂÜÀòÔ´´ work for buildings relating to health and social services, for crematoriums and public conveniences
- 45216000 - ÂÜÀòÔ´´ work for buildings relating to law and order or emergency services and for military buildings
- 45217000 - Inflatable buildings construction work
- 45221000 - ÂÜÀòÔ´´ work for bridges and tunnels, shafts and subways
- 45222000 - ÂÜÀòÔ´´ work for engineering works except bridges, tunnels, shafts and subways
- 45223000 - Structures construction work
- 45231000 - ÂÜÀòÔ´´ work for pipelines, communication and power lines
- 45232000 - Ancillary works for pipelines and cables
- 45233000 - ÂÜÀòÔ´´, foundation and surface works for highways, roads
- 45234000 - ÂÜÀòÔ´´ work for railways and cable transport systems
- 45235000 - ÂÜÀòÔ´´ work for airfields, runways and manoeuvring surfaces
- 45236000 - Flatwork
- 45241000 - Harbour construction works
- 45242000 - Waterside leisure facilities construction work
- 45243000 - Coastal-defence works
- 45244000 - Marine construction works
- 45245000 - Dredging and pumping works for water treatment plant installations
- 45246000 - River regulation and flood control works
- 45247000 - ÂÜÀòÔ´´ work for dams, canals, irrigation channels and aqueducts
- 45248000 - ÂÜÀòÔ´´ work for hydro-mechanical structures
- 45251000 - ÂÜÀòÔ´´ works for power plants and heating plants
- 45252000 - ÂÜÀòÔ´´ works for sewage treatment plants, purification plants and refuse incineration plants
- 45253000 - ÂÜÀòÔ´´ work for chemical-processing plant
- 45254000 - ÂÜÀòÔ´´ work for mining and manufacturing
- 45255000 - ÂÜÀòÔ´´ work for the oil and gas industry
- 45261000 - Erection and related works of roof frames and coverings
- 45300000 - Building installation work
- 45400000 - Building completion work
Contract locations
- UKC - North East (England)
- UKD - North West (England)
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
- UKE - Yorkshire and the Humber
- UKI - London
- UKK - South West (England)
- UKL - Wales
- UKM - Scotland
- UKN - Northern Ireland
Lot 1. Lot 1 - Collaborative Partner Lot - £5m+
Description
Lot 1 will be split into the following sub-Lots:
• Lot 1a-c England & Wales (three appointments)
• Lot 1d Scotland (one appointment)
• Lot 1e Northern Ireland (one appointment)
An appointed Collaborative Partner will be expected to act as a trusted, transparent, and proactive partner, working closely with all relevant Framework stakeholders and adopting a long term, partnership driven approach. Partners are expected to drive high performance in quality, digital delivery, innovation, and environmental, social, and economic outcomes, while ensuring value for money and strong whole life asset performance. Continuous improvement will be supported through knowledge sharing, lessons learned, and capability development across the Framework.
In return, Collaborative Partners can expect a streamlined direct appointment route and access to a stable, long term pipeline of work, arising from national coverage and eligibility to participate in all relevant further competitions. Early contractor involvement will enable partners to influence design, manage risk more effectively, and deliver improved outcomes.
Lot value (estimated)
- £0 excluding VAT
- £1,250,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Lot 2 - £5m to £15m
Description
Lot 2
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.
Lot value (estimated)
- £0 excluding VAT
- £750,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Lot 3 - £15m to £30m
Description
Lot 3
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.
Lot value (estimated)
- £0 excluding VAT
- £1,100,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 4. Lot 4 - £30m to £60m
Description
Lot 4
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.
Lot value (estimated)
- £0 excluding VAT
- £1,300,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 5. Lot 5 - £60m+
Description
Lot 5
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.
Lot value (estimated)
- £0 excluding VAT
- £600,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
As per Tender documentation.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
The link to the list of specific Client Organisations is detailed further in Appendix B - Major Works 2026 Applicable Organisations.
Submission
Enquiry deadline
8 June 2026, 12:00pm
Tender submission deadline
22 June 2026, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
31 August 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Quality Evaluation | As per Tender documentation. | Quality | 60% |
| Price Evaluation | As per Tender documentation | Price | 40% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
YPO
- Public Procurement Organisation Number: PMRV-4748-MNJV
41 Industrial Park
Wakefield
WF2 0XE
United Kingdom
Email: contactus [at] ypo.co.uk
Website: /
Region: UKE45 - Wakefield
Organisation type: Public authority - sub-central government
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
Pagabo
Summary of their role in this procurement: Acting on behalf of the contracting authority
- Companies House: 08787322
55 Whitefriargate
Hull
HU1 2HU
United Kingdom
Contact name: Pagabo
Email: tenders [at] pagabo.co.uk
Website: /
Region: UKE11 - Kingston upon Hull, City of
Contact organisation
Contact Pagabo for any enquiries.
