Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

BU1112024 - Measured Term Contract for the Supply of Reactive Maintenance Services to the Bangor University Estate

  • First published: 01 September 2025
  • Last modified: 01 September 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Contents

Summary

OCID:
ocds-h6vhtk-04fcae
Published by:
Prifysgol Bangor / Bangor University
Authority ID:
AA0340
Publication date:
01 September 2025
Deadline date:
13 October 2025
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Bangor University BU1112024 MTC for the supply of Maintenance Services and Minor works (upto £100k Excl VAT) divided into the following lotsLot 1 - Electrical Lot 2 - MechanicalLot 3 - Buildings and Grounds MaintenancePlease note the works listed below will not form part of this tender• Asbestos Management• Fire Risk Assessment• Legionella Risk Assessment• Water Treatment• Lift Maintenance• BMS Systems• All Servicing (Boilers, Air Conditioning, Fire Systems etc.)• A separate procurement exercise for projects Over £100K will form part of a separate tender or framework agreement.

Full notice text

Scope

Procurement reference

BU1112024

Procurement description

Bangor University BU1112024 MTC for the supply of Maintenance Services and Minor works (upto £100k Excl VAT) divided into the following lots

Lot 1 - Electrical

Lot 2 - Mechanical

Lot 3 - Buildings and Grounds Maintenance

Please note the works listed below will not form part of this tender

• Asbestos Management

• Fire Risk Assessment

• Legionella Risk Assessment

• Water Treatment

• Lift Maintenance

• BMS Systems

• All Servicing (Boilers, Air Conditioning, Fire Systems etc.)

• A separate procurement exercise for projects Over £100K will form part of a separate tender or framework agreement.

Main category

Services

Delivery regions

  • UKL12 - Gwynedd
  • UKL11 - Isle of Anglesey
  • UKL23 - Flintshire and Wrexham

Total value (estimated, excluding VAT)

21557169 GBP to 21557169GBP

Contract dates (estimated)

12 January 2026, 00:00AM to 11 January 2030, 23:59PM

Extension end date (if all the extensions are used): 11 January 2032

Contracting authority

Prifysgol Bangor / Bangor University

Identification register:

  • GB-PPON

Address 1: Finance Office

Town/City: Bangor

Postcode: LL57 2TR

Country: United Kingdom

Website: http://www.bangor.ac.uk

Public Procurement Organisation Number: PTPM-4795-PZBG

Contact name: Jane hulmston

Email: j.hulmston@bangor.ac.uk

Telephone: +447952600464

Organisation type: Public authority - sub-central government

Devolved regulations that apply: Wales

Procedure

Procedure type

Open procedure

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Lots

Divided into 3 lots

Electrical Maintenance Services and Minor Works upto £100k Excl VAT

Lot number: 1

Description

Bangor The University intends to enter into a Measured Term Contract (MTC) with a single contractor to provide Electrical Maintenance Services and Small Works including:

Reactive maintenance

Remedial Works from service contracts

Planned maintenance (Upgrades and Replacement),

An out of hours call out service, and

Minor projects work up to a single order value of £100k Excl. VAT

Within this specification and performance procedures, reference to the Contractor shall be deemed to include any sub-contractors and specialists employed by the Contractor.

MTC maintenance services and works will be undertaken using the JCT Measured Term Contract (2024) Form of Contract, incorporating any subsequent amendments.

The following additional specifications apply to this contract:

The current version of National Schedule of Rates (NSR). The contractor will be required to purchase a copy of the MTCQS rates for each lot from Gordian https://www.nsrm.co.uk/our-schedules/ (or other supplier) for estimating and invoicing purposes.

The National Engineering Specification (NES) including all workmanship clauses.

All relevant Sections of the National Building Specification (NBS)

The work shall be compliant with current standards and legislation including but not limited to the following: The Building Regulations, Standard Codes of Practice, The Electricity at Work Act, BESA, and CIBSE Guides, The latest edition of the IEE BS7671:2018 Regulations, Local Gas, Electricity and Water Authorities Regulations.

CPV classifications

  • 45311000 - Electrical wiring and fitting work
  • 45312000 - Alarm system and antenna installation work
  • 45310000 - Electrical installation work
  • 50700000 - Repair and maintenance services of building installations

Delivery regions

  • UKL12 - Gwynedd
  • UKL11 - Isle of Anglesey
  • UKL23 - Flintshire and Wrexham

Lot value (estimated)

6632975 GBP Excluding VAT

7959570 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

12 January 2026, 00:00AM

Contract end date (estimated)

11 January 2030, 23:59PM

Extension end date (estimated)

11 January 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

2 x 12 month extensions (or parts thereof)

Description of how multiple lots may be awarded

Each lot is awarded separately. If one bidder is successful in winning more than one lot they will be awarded the lot (s) they have won. One bidder could potentially be awarded all three lots

Participation

Conditions

Economic

Conditions of participation

Annual turnover for this lot of approx £1,5000,000

Insurance for each and every claim to be in place by contract start date

Public Liability - £10,000,000

Professional Indemnity - £5,000,000

Employers Liability - £10,000,000

Conditions

Economic

Conditions of participation

The building services engineer must have the following competancies or equivalent - CIBSE or IET.

Electrical Services - NICEIC registered contractor and ECA registered contractor.

Award criteria

Type: quality

Name

Service Delivery

Description

Description and details of how the services required are going to be delivered, including operations, resources, digital systems, commercial and financial operation of the contract, call out times and preparation for contract start.

Weighting: 15.00

Weighting type: percentageExact

Type: price

Name

Commercial

Description

Additions or subtractions to NSR Schedule

Weighting: 60.00

Weighting type: percentageExact

Type: quality

Name

Contract Delivery Team

Description

Detailed regarding those who will be involved in the contract delivery including role profiles, qualifications and experience.

Weighting: 6.00

Weighting type: percentageExact

Type: quality

Name

Health, Safety and Environment

Description

Methods used to ensure robust health and safety measures are in place for contract delivery, working on a live site, application of CDM regulations and management of waste streams

Weighting: 7.50

Weighting type: percentageExact

Type: quality

Name

Added Value

Description

Description of methods used to deliver continuous improvements and sustainability.

Weighting: 1.50

Weighting type: percentageExact

Type: quality

Name

Social Value Submission Quantitative

Description

Submission of social value offer Quantitative

Weighting: 5.00

Weighting type: percentageExact

Type: quality

Name

Submission of Social Value Qualitative

Description

Submission of social value offer (Qualitative)

Weighting: 5.00

Weighting type: percentageExact

Mechanical Maintenance Services and Minor Works (Upto £100k Excl VAT)

Lot number: 2

Description

The University intends to enter into a Measured Term Contract (MTC) with a single contractor to provide Mechanical Maintenance Services and Small Works including:

• Reactive maintenance

• Remedial Works from service contracts

• Planned maintenance (Upgrades and Replacement),

• An out of hours call out service, and

• Minor projects work up to a single order value of £100k Excl VAT

Within this specification and performance procedures, reference to the Contractor shall be deemed to include any sub-contractors and specialists employed by the Contractor.

MTC maintenance services and works will be undertaken using the JCT Measured Term Contract (2024) Form of Contract, incorporating any subsequent amendments.

The following additional specifications apply to this contract:

The current version of National Schedule of Rates (NSR). The contractor will be required to purchase a copy of the MTCQS rates for each lot from Gordian https://www.nsrm.co.uk/our-schedules/ (or other supplier) for estimating and invoicing purposes.

The National Engineering Specification (NES) including all workmanship clauses.

All relevant Sections of the National Building Specification (NBS)

The work shall be compliant with current standards and legislation including but not limited to the following: The Building Regulations, Standard Codes of Practice, The Gas Safety (Installation and Use) Regulations, The Electricity at Work Act, BESA, and CIBSE Guides, The latest edition of the IEE BS7671:2018 Regulations, Local Gas, Electricity and Water Authorities Regulations.

CPV classifications

  • 50700000 - Repair and maintenance services of building installations
  • 45350000 - Mechanical installations

Delivery regions

  • UKL12 - Gwynedd
  • UKL11 - Isle of Anglesey
  • UKL23 - Flintshire and Wrexham

Lot value (estimated)

6632975 GBP Excluding VAT

7959570 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

12 January 2026, 00:00AM

Contract end date (estimated)

11 January 2030, 23:59PM

Extension end date (estimated)

11 January 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

2 x 12 months or parts thereof

Description of how multiple lots may be awarded

Each lot is awarded separately. If one bidder is successful in winning more than one lot they will be awarded the lot (s) they have won. One bidder could potentially be awarded all three lots

Participation

Conditions

Economic

Conditions of participation

Chosen supplier must have an annual turnover of £1,500,000

Insurance for each and every claim to be in place by contract start date

Public Liability - £10,000,000

Professional Indemnity - £5,000,000

Employers Liability - £10,000,000

Conditions

Economic

Conditions of participation

Specific Contractor Requirements

Building Services Engineer - CIBSE or IET

Mechanical Services , heating and ventilation - Gas Safe registered member and BESA registered member

Site Management / Supervisor - CITB - SMSTS

Award criteria

Type: quality

Name

Service Delivery

Description

Details and description of methods used to deliver services, including operations, resources, digital systems, commercial and financial operation of the contract , call out times and preparation for contract start date.

Weighting: 15.00

Weighting type: percentageExact

Type: quality

Name

Contract Delivery Team

Description

Details regarding those involved in the contract delivery , roles, qualifications and experience

Weighting: 6.00

Weighting type: percentageExact

Type: quality

Name

Health Safety and Environment

Description

Methods used to ensure robust health and safety measures are in place for contract delivery , work on live sites , application of CDM regulations and management of waste streams

Weighting: 7.50

Weighting type: percentageExact

Type: quality

Name

Added Value

Description

Description of methods used to delivery continuous improvement and sustainability.

Weighting: 1.50

Weighting type: percentageExact

Type: price

Name

Commercial

Description

Submission of cost information

Weighting: 60.00

Weighting type: percentageExact

Type: quality

Name

Submission of Social Value (Quantitative)

Description

Submission of Social Value offer ( Quantitative)

Weighting: 5.00

Weighting type: percentageExact

Type: quality

Name

Submission of Social Value (Qualitative)

Description

Submission of Social value offer (Quantitative)

Weighting: 5.00

Weighting type: percentageExact

Award criteria

Type: quality

Name

Service Delivery

Description

Details and description of methods used to deliver services, including operations, resources, digital systems, commercial and financial operation of the contract , call out times and preparation for contract start date.

Weighting: 15.00

Weighting type: percentageExact

Type: quality

Name

Contract Delivery Team

Description

Details regarding those involved in the contract delivery , roles, qualifications and experience

Weighting: 6.00

Weighting type: percentageExact

Type: quality

Name

Health Safety and Environment

Description

Methods used to ensure robust health and safety measures are in place for contract delivery , work on live sites , application of CDM regulations and management of waste streams

Weighting: 7.50

Weighting type: percentageExact

Type: quality

Name

Added Value

Description

Description of methods used to delivery continuous improvement and sustainability.

Weighting: 1.50

Weighting type: percentageExact

Type: price

Name

Commercial

Description

Submission of cost information

Weighting: 60.00

Weighting type: percentageExact

Type: quality

Name

Submission of Social Value (Quantitative)

Description

Submission of Social Value offer ( Quantitative)

Weighting: 5.00

Weighting type: percentageExact

Type: quality

Name

Submission of Social Value (Qualitative)

Description

Submission of Social value offer (Quantitative)

Weighting: 5.00

Weighting type: percentageExact

General Building and Grounds Maintenance Services and Minor Works (Up to £100k Excl VAT))

Lot number: 3

Description

The University intends to enter into a Measured Term Contract (MTC) with a single contractor to provide General Building & Grounds Maintenance Services and Small Works including:

Reactive maintenance

Remedial Works from service contracts

Planned maintenance (Upgrades and Replacement)

An out of hours call out service

Minor projects work up to a single order value of £100k.

1. Within this specification and performance procedures, reference to the Contractor shall be deemed to include any sub-contractors and specialists employed by the Contractor.

2 MTC maintenance services and works will be undertaken using the JCT Measured Term Contract (2024) Form of Contract, incorporating any subsequent amendments.

3 The following additional specifications apply to this contract:

The current version of National Schedule of Rates (NSR). The contractor will be required to purchase a copy of the MTCQS rates for each lot from Gordian https://www.nsrm.co.uk/our-schedules/ (or other supplier) for estimating and invoicing purposes.

The National Engineering Specification (NES) including all workmanship clauses.

All relevant Sections of the National Building Specification (NBS)

The work shall be compliant with current standards and legislation including but not limited to the following: The Building Regulations, Standard Codes of Practice, British and European Harmonised Standards.

Building maintenance includes:

• Reactive – Breakdown or repair of buildings and infrastructure across a varied estate including work on Listed buildings e.g. Roof repairs including high level access works via scaffolding or MEWPS, Repair / refurbishment / Replacement of Broken Windows, Fire Door Repairs, General Building Repairs and associated ground works.

• Planned Maintenance e.g., Fire Door remedial works, Roof Replacement, Window Upgrades, Internal Refurbishments, Passive Fire protection systems.

• Project Work - Alterations and Refurbishment up to a value of £100k

• Remedial works from service contracts

CPV classifications

  • 50700000 - Repair and maintenance services of building installations

Delivery regions

  • UKL12 - Gwynedd
  • UKL11 - Isle of Anglesey
  • UKL23 - Flintshire and Wrexham

Lot value (estimated)

8291219 GBP Excluding VAT

9949463 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

12 January 2026, 00:00AM

Contract end date (estimated)

11 January 2030, 23:59PM

Extension end date (estimated)

11 January 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

2 x 12 months or parts thereof

Description of how multiple lots may be awarded

Each lot is awarded separately. If one bidder is successful in winning more than one lot they will be awarded the lot (s) they have won. One bidder could potentially be awarded all three lots

Participation

Conditions

Economic

Conditions of participation

Annual Turnover of approx £1,500,000

Insurance for each and every claim to be in place by contract start date

Public Liability - £10,000,000

Professional Indemnity - £5,000,000

Employers Liability - £10,000,000

Conditions

Economic

Conditions of participation

Competencies Required - by main contractor or sub contractors used.

Building Construction Professional - RICS, CIOB

Building Works - Federation of master builders

Site Management/Supervisor - CITB -SMSTS

Demolition - National Federation of Demolition Contractors

Glass and Glazing - Glass and glazing federation

Painting and Decorating - Painting and decorating Association

Roofing - National Federation of Roofing Contractors

Scaffolding - NASC - National Access & Scaffolding Association

Fire Doors - BM TRADA Q-Mark Fire Door Scheme

Passive Fire Protection Systems - FIRAS Certification Scheme

Award criteria

Type: price

Name

Commercial

Description

Submission of cost information

Weighting: 60.00

Weighting type: percentageExact

Type: quality

Name

Service Delivery

Description

Description and details of how the services required are going to be delivered , including operations, resources, digital systems, commercial and financial contract management, call out times and preparation for contract start.

Weighting: 15.00

Weighting type: percentageExact

Type: quality

Name

Contract Delivery Team

Description

Details regarding those who will be involved in contract delivery, role profiles, qualifications, experience .

Weighting: 6.00

Weighting type: percentageExact

Type: quality

Name

Health, Safety and Environment

Description

Methods used to ensure robust health and safety measures are in place for contract delivery , working on a live site, application of CDM regulations and management of waste streams.

Weighting: 7.50

Weighting type: percentageExact

Type: quality

Name

Added Value

Description

Description of methods used to deliver continuous improvement and sustainability

Weighting: 1.50

Weighting type: percentageExact

Type: quality

Name

Submission of Social Value (Qualitative)

Description

Submission of social value offer (Qualitative)

Weighting: 5.00

Weighting type: percentageExact

Type: quality

Name

Submission of Social Value (Quantitative)

Description

Submission of social value offer (Quantitative)

Weighting: 5.00

Weighting type: percentageExact

Award criteria

Type: price

Name

Commercial

Description

Submission of cost information

Weighting: 60.00

Weighting type: percentageExact

Type: quality

Name

Service Delivery

Description

Description and details of how the services required are going to be delivered , including operations, resources, digital systems, commercial and financial contract management, call out times and preparation for contract start.

Weighting: 15.00

Weighting type: percentageExact

Type: quality

Name

Contract Delivery Team

Description

Details regarding those who will be involved in contract delivery, role profiles, qualifications, experience .

Weighting: 6.00

Weighting type: percentageExact

Type: quality

Name

Health, Safety and Environment

Description

Methods used to ensure robust health and safety measures are in place for contract delivery , working on a live site, application of CDM regulations and management of waste streams.

Weighting: 7.50

Weighting type: percentageExact

Type: quality

Name

Added Value

Description

Description of methods used to deliver continuous improvement and sustainability

Weighting: 1.50

Weighting type: percentageExact

Type: quality

Name

Submission of Social Value (Qualitative)

Description

Submission of social value offer (Qualitative)

Weighting: 5.00

Weighting type: percentageExact

Type: quality

Name

Submission of Social Value (Quantitative)

Description

Submission of social value offer (Quantitative)

Weighting: 5.00

Weighting type: percentageExact

Contract terms and risks

Payment terms

All invoices must be sent to payments@bangor.ac.uk

Description of risks to contract performance

The volume and value of work under each lot is not guaranteed and could be lower than that advertised.

Submission

Tender submission deadline

13 October 2025, 12:00PM

Enquiry deadline

26 September 2025, 12:00PM

Date of award of contract

07 November 2025, 23:59PM

Submission address and any special instructions

Then tender process will be undertaken via eTenderwales ; http://etenderwales.bravosolutions.co.uk - ITT 117272( Lot 1 117286 / Lot 2 117283 / Lot 3 117287)

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Related notices

Coding

Commodity categories

ID Title Parent category
45312000 Alarm system and antenna installation work Electrical installation work
45310000 Electrical installation work Building installation work
45311000 Electrical wiring and fitting work Electrical installation work
45350000 Mechanical installations Building installation work
50700000 Repair and maintenance services of building installations Repair and maintenance services

Delivery locations

ID Description
1012 Gwynedd

Document family

Notice details
Publication date:
03 April 2025
Deadline date:
Notice type:
UK2
Version:
1
Authority name:
Prifysgol Bangor / Bangor University
Publication date:
17 July 2025
Deadline date:
13 October 2025 12:00
Notice type:
UK3
Version:
1
Authority name:
Prifysgol Bangor / Bangor University
Publication date:
01 September 2025
Deadline date:
13 October 2025 12:00
Notice type:
UK4
Version:
1
Authority name:
Prifysgol Bangor / Bangor University

About the buyer

Main contact:
n/a
Admin contact:
n/a
Technical contact:
n/a
Other contact:
n/a

Further information

Date Details

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.