Scope
Reference
BU1112024
Description
Contract award notice for above Measured Term Contract for the supply of reactive Maintenance services and Minor works under three lots.
Lot 1 - electrical
Lot 2 - Mechanical
Lot 3 - Buildings & Grounds
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 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 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
Contract 1. Electrical Reactive Maintenance & Minor Works (up to £100k Excl VAT)
Lots
Lot 1. Electrical Maintenance Services and Minor Works upto £100k Excl VAT
Supplier
Contract value
- £6,632,975 excluding VAT
- £7,959,570 including VAT
Above the relevant threshold
Award decision date
9 December 2025
Date assessment summaries were sent to tenderers
16 December 2025
Standstill period
- End: 5 January 2026
- 8 working days
Earliest date the contract will be signed
31 January 2026
Contract dates (estimated)
- 2 March 2026 to 1 March 2030
- Possible extension to 1 March 2032
- 6 years
Description of possible extension:
2 x 12 months or parts thereof
Main procurement category
Services
CPV classifications
- 50700000 - Repair and maintenance services of building installations
- 45311000 - Electrical wiring and fitting work
- 45312100 - Fire-alarm system installation work
Contract locations
- UKL11 - Isle of Anglesey
- UKL12 - Gwynedd
- UKL23 - Flintshire and Wrexham
Contract 2. Mechanical Reactive Maintenance Service and Minor Works (up to £100k Excl VAT)
Lots
Lot 2. Mechanical Maintenance Services and Minor Works (Upto £100k Excl VAT)
Supplier
Contract value
- £6,632,975 excluding VAT
- £7,959,570 including VAT
Above the relevant threshold
Award decision date
9 December 2025
Date assessment summaries were sent to tenderers
16 December 2025
Standstill period
- End: 5 January 2026
- 8 working days
Earliest date the contract will be signed
31 January 2026
Contract dates (estimated)
- 2 March 2026 to 1 March 2030
- Possible extension to 1 March 2032
- 6 years
Description of possible extension:
2 x 12 months or parts thereof
Main procurement category
Services
CPV classifications
- 50700000 - Repair and maintenance services of building installations
- 45350000 - Mechanical installations
Contract locations
- UKL12 - Gwynedd
- UKL11 - Isle of Anglesey
- UKL23 - Flintshire and Wrexham
Contract 3. Buildings & Grounds Reactive Maintenance and Minor Works up to £100k Excl VAT)
Lots
Lot 3. General Building and Grounds Maintenance Services and Minor Works (Up to £100k Excl VAT))
Supplier
Contract value
- £8,291,219 excluding VAT
- £9,949,463 including VAT
Above the relevant threshold
Award decision date
9 December 2025
Date assessment summaries were sent to tenderers
16 December 2025
Standstill period
- End: 5 January 2026
- 8 working days
Earliest date the contract will be signed
31 January 2026
Contract dates (estimated)
- 2 March 2026 to 1 March 2030
- Possible extension to 1 March 2032
- 6 years
Description of possible extension:
2 x 12 months or parts thereof
Main procurement category
Services
CPV classifications
- 50700000 - Repair and maintenance services of building installations
Contract locations
- UKL11 - Isle of Anglesey
- UKL23 - Flintshire and Wrexham
- UKL12 - Gwynedd
Information about tenders
Lot 1. Electrical Maintenance Services and Minor Works upto £100k Excl VAT
- 2 tenders received
- 2 tenders assessed in the final stage:
- 2 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 1 supplier unsuccessful (details included for contracts over £5 million)
Lot 2. Mechanical Maintenance Services and Minor Works (Upto £100k Excl VAT)
- 2 tenders received
- 2 tenders assessed in the final stage:
- 2 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 1 supplier unsuccessful (details included for contracts over £5 million)
Lot 3. General Building and Grounds Maintenance Services and Minor Works (Up to £100k Excl VAT))
- 2 tenders received
- 2 tenders assessed in the final stage:
- 2 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 1 supplier unsuccessful (details included for contracts over £5 million)
Procedure
Procedure type
Open procedure
Suppliers
JRS Mechanical Services Ltd
- Public Procurement Organisation Number: PXDN-2635-GNZD
Enterprise House, Pensarn Industrial Estate, Abergele
Conwy
LL22 7SF
United Kingdom
Email: phil@jrs.co.uk
Region: UKL13 - Conwy and Denbighshire
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 2. Mechanical Reactive Maintenance Service and Minor Works (up to £100k Excl VAT)
Owen & Palmer Ltd
- Public Procurement Organisation Number: PZPR-4971-TMDJ
Unit 12, Llandegai Industrial Estate
Bangor, Gwynedd
LL57 4YH
United Kingdom
Email: sales@owenandpalmer.co.uk
Region: UKL12 - Gwynedd
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Connected people/organisations:
Lot 1 - None
Lot 3 -Lot 3 - Building will be subcontracted to:
Cadarn Consulting - Share Code: R9hwGJRC
Lewington & Templer - Share Code: PNLtmWDD
Contract 1. Electrical Reactive Maintenance & Minor Works (up to £100k Excl VAT)
Contract 3. Buildings & Grounds Reactive Maintenance and Minor Works up to £100k Excl VAT)
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 - central government
Devolved regulations that apply: Wales