Scope
Reference
BU1112024
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.
Total value (estimated)
- £21,557,169 excluding VAT
- £25,868,603 including VAT
Above the relevant threshold
Main procurement category
Services
Contract locations
- UKL12 - Gwynedd
- UKL11 - Isle of Anglesey
- UKL23 - Flintshire and Wrexham
Lot constraints
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
Not the same for all lots
CPV classifications and contract dates are shown in Lot sections, because they are not the same for all lots.
Lot 1. Electrical Maintenance Services and Minor Works upto £100k Excl VAT
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.
Lot value (estimated)
- £6,632,975 excluding VAT
- £7,959,570 including VAT
Contract dates (estimated)
- 12 January 2026 to 11 January 2030
- Possible extension to 11 January 2032
- 6 years
Description of possible extension:
2 x 12 month extensions (or parts thereof)
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
Same for all lots
Contract locations are shown in the Scope section, because they are the same for all lots.
Lot 2. Mechanical Maintenance Services and Minor Works (Upto £100k Excl VAT)
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.
Lot value (estimated)
- £6,632,975 excluding VAT
- £7,959,570 including VAT
Contract dates (estimated)
- 12 January 2026 to 11 January 2030
- Possible extension to 11 January 2032
- 6 years
Description of possible extension:
2 x 12 months or parts thereof
CPV classifications
- 50700000 - Repair and maintenance services of building installations
- 45350000 - Mechanical installations
Same for all lots
Contract locations are shown in the Scope section, because they are the same for all lots.
Lot 3. General Building and Grounds Maintenance Services and Minor Works (Up to £100k Excl VAT))
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
Lot value (estimated)
- £8,291,219 excluding VAT
- £9,949,463 including VAT
Contract dates (estimated)
- 12 January 2026 to 11 January 2030
- Possible extension to 11 January 2032
- 6 years
Description of possible extension:
2 x 12 months or parts thereof
CPV classifications
- 50700000 - Repair and maintenance services of building installations
Same for all lots
Contract locations are shown in the Scope section, because they are the same for all lots.
Participation
Legal and financial capacity conditions of participation
Lot 1. Electrical Maintenance Services and Minor Works upto £100k Excl VAT
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
Lot 2. Mechanical Maintenance Services and Minor Works (Upto £100k Excl VAT)
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
Lot 3. General Building and Grounds Maintenance Services and Minor Works (Up to £100k Excl VAT))
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
Technical ability conditions of participation
Lot 1. Electrical Maintenance Services and Minor Works upto £100k Excl VAT
The building services engineer must have the following competancies or equivalent - CIBSE or IET.
Electrical Services - NICEIC registered contractor and ECA registered contractor.
Lot 2. Mechanical Maintenance Services and Minor Works (Upto £100k Excl VAT)
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
Lot 3. General Building and Grounds Maintenance Services and Minor Works (Up to £100k Excl VAT))
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
Particular suitability
Lot 1. Electrical Maintenance Services and Minor Works upto £100k Excl VAT
Lot 2. Mechanical Maintenance Services and Minor Works (Upto £100k Excl VAT)
Lot 3. General Building and Grounds Maintenance Services and Minor Works (Up to £100k Excl VAT))
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
26 September 2025, 12:00pm
Tender submission deadline
13 October 2025, 12:00pm
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)
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
7 November 2025
Award criteria
Lot 1. Electrical Maintenance Services and Minor Works upto £100k Excl VAT
Name | Description | Type | Weighting |
---|---|---|---|
Commercial | Additions or subtractions to NSR Schedule |
Price | 60.00% |
Service Delivery | 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... |
Quality | 15.00% |
Health, Safety and Environment | 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 |
Quality | 7.50% |
Contract Delivery Team | Detailed regarding those who will be involved in the contract delivery including role profiles, qualifications and experience. |
Quality | 6.00% |
Social Value Submission Quantitative | Submission of social value offer Quantitative |
Quality | 5.00% |
Submission of Social Value Qualitative | Submission of social value offer (Qualitative) |
Quality | 5.00% |
Added Value | Description of methods used to deliver continuous improvements and sustainability. |
Quality | 1.50% |
Lot 2. Mechanical Maintenance Services and Minor Works (Upto £100k Excl VAT)
Name | Description | Type | Weighting |
---|---|---|---|
Commercial | Submission of cost information |
Price | 60.00% |
Service Delivery | 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... |
Quality | 15.00% |
Health Safety and Environment | 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 |
Quality | 7.50% |
Contract Delivery Team | Details regarding those involved in the contract delivery , roles, qualifications and experience |
Quality | 6.00% |
Submission of Social Value (Quantitative) | Submission of Social Value offer ( Quantitative) |
Quality | 5.00% |
Submission of Social Value (Qualitative) | Submission of Social value offer (Quantitative) |
Quality | 5.00% |
Added Value | Description of methods used to delivery continuous improvement and sustainability. |
Quality | 1.50% |
Lot 3. General Building and Grounds Maintenance Services and Minor Works (Up to £100k Excl VAT))
Name | Description | Type | Weighting |
---|---|---|---|
Commercial | Submission of cost information |
Price | 60.00% |
Service Delivery | 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... |
Quality | 15.00% |
Health, Safety and Environment | 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. |
Quality | 7.50% |
Contract Delivery Team | Details regarding those who will be involved in contract delivery, role profiles, qualifications, experience . |
Quality | 6.00% |
Submission of Social Value (Qualitative) | Submission of social value offer (Qualitative) |
Quality | 5.00% |
Submission of Social Value (Quantitative) | Submission of social value offer (Quantitative) |
Quality | 5.00% |
Added Value | Description of methods used to deliver continuous improvement and sustainability |
Quality | 1.50% |
Other information
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.
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Prifysgol Bangor / Bangor University
- Public Procurement Organisation Number: PTPM-4795-PZBG
Finance Office
Bangor
LL57 2TR
United Kingdom
Contact name: Jane hulmston
Telephone: +447952600464
Email: j.hulmston@bangor.ac.uk
Website: http://www.bangor.ac.uk
Region: UKL12 - Gwynedd
Organisation type: Public authority - sub-central government
Devolved regulations that apply: Wales