Tender

Measured Term Contract for General Repairs and Annual Maintenance of Sustainable Urban Drainage (SUD's) Installations

NORTH AYRSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

06 Feb 2026 at 00:00

Summary of the contracting process

The procurement process led by North Ayrshire Council, identified as NAC/5226, focuses on the "Measured Term Contract for General Repairs and Annual Maintenance of Sustainable Urban Drainage (SuDS) Installations" within the North Ayrshire region. This tender falls under the services category and is part of the local government's ongoing efforts to maintain critical infrastructure. The contract entails servicing, maintenance, and repair of SuDS assets such as permeable paving, drainage systems, and detention basins. Key deadlines for this contract include the tender period ending on 27th February 2026, with the award period starting immediately thereafter. The procurement is conducted using an open procedure, accepting electronic submissions via the specified public tendering portal.

This tender presents significant opportunities for businesses specialising in infrastructure maintenance, environmental services, and drainage system solutions. Companies with expertise in sustainable urban infrastructure or possessing the necessary certifications in quality, health, safety, and environmental management will find this opportunity well-suited for their capabilities. The contract promises a stable workflow, with a total potential duration of up to 60 months, inclusive of possible extensions. Furthermore, the project supports community benefits, enhancing local economic and social outcomes by encouraging businesses to contribute to employment, skills development, and educational initiatives in the region.

How relevant is this notice?

Notice Information

Notice Title

Measured Term Contract for General Repairs and Annual Maintenance of Sustainable Urban Drainage (SUD's) Installations

Notice Description

North Ayrshire Council requires to appoint a contractor to deliver the annual servicing and maintenance of existing Sustainable Urban Drainage (SuDS) installations within North Ayrshire region.

Lot Information

Lot 1

Over the years, NAC have been redeveloping various brownfield sites with the aim of increasing council homes available to the community. As part of the development works, each project requires to be served by new roads and drainage infrastructure, including the provision of Sustainable Urban Drainage Systems (SuDS). Generally, and as part of the future vesting process, Scottish Water will take on both the ownership and future maintenance of below ground assets which include pipework and underground storage which includes geocellular storage crates. Some sites have been identified as potentially having private sewer and/or above ground SuDS features which the Council require a contractor to service and maintain. SuDS play a critical role in managing surface water runoff and reducing flood risk. These systems are essential for compliance with environmental regulations and for supporting sustainable development objectives, however, SuDS are not self-maintaining assets. They require regular servicing, inspection, and repair to remain effective. Without proactive maintenance, issues such as blockages, structural failures, or equipment malfunctions could lead to flooding, property damage, and environmental harm, as well as increased long-term costs for remedial works. The successful contractor will be required to carry out routine inspections, annual servicing, planned maintenance, reactive repairs and remedial works across five types of Sustainable Urban Drainage (SuDS) assets: permeable paving, filter drains, underground storage systems, detention basins, and ponds/wetlands. Works include debris removal, vegetation management, silt monitoring and removal, operational checks, structural inspections, and corrective actions to maintain asset performance and prevent blockages, flooding, or environmental harm.

Renewal: The contract will run for an initial term of 36 months and there is an option for the Council to extend the contract by two further 12 months periods (3+1+1). The total potential contract duration is 60 months.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000822888
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB548998
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website Contract Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

50 - Repair and maintenance services

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

44163112 - Drainage system

45111240 - Ground-drainage work

45112700 - Landscaping work

50000000 - Repair and maintenance services

77314000 - Grounds maintenance services

90700000 - Environmental services

90733800 - Groundwater pollution drainage services

Notice Value(s)

Tender Value
£104,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Feb 20264 days ago
Submission Deadline
27 Feb 20263 weeks to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
NORTH AYRSHIRE COUNCIL
Contact Name
Not specified
Contact Email
danielcampbell@north-ayrshire.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
IRVINE
Postcode
KA12 8EE
Post Town
Kilmarnock
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM93 North Ayrshire and East Ayrshire
Delivery Location
TLM93 North Ayrshire and East Ayrshire

Local Authority
North Ayrshire
Electoral Ward
Irvine South
Westminster Constituency
Central Ayrshire

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000822888-2026-02-06T00:00:00Z",
    "date": "2026-02-06T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000822888",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-19",
            "name": "North Ayrshire Council",
            "identifier": {
                "legalName": "North Ayrshire Council"
            },
            "address": {
                "streetAddress": "Cunninghame House, Friars Croft",
                "locality": "Irvine",
                "region": "UKM93",
                "postalCode": "KA12 8EE"
            },
            "contactPoint": {
                "email": "danielcampbell@north-ayrshire.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.north-ayrshire.gov.uk"
            }
        },
        {
            "id": "org-20",
            "name": "Kilmarnock Sheriff Court",
            "identifier": {
                "legalName": "Kilmarnock Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, St Marnock Street",
                "locality": "Kilmarnock",
                "postalCode": "KA1 1ED"
            },
            "contactPoint": {
                "telephone": "+44 1563550024",
                "url": "https://www.scotcourts.gov.uk/"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Ayrshire Council",
        "id": "org-19"
    },
    "tender": {
        "id": "NAC/5226",
        "title": "Measured Term Contract for General Repairs and Annual Maintenance of Sustainable Urban Drainage (SUD's) Installations",
        "description": "North Ayrshire Council requires to appoint a contractor to deliver the annual servicing and maintenance of existing Sustainable Urban Drainage (SuDS) installations within North Ayrshire region.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45111240",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44163112",
                        "scheme": "CPV"
                    },
                    {
                        "id": "77314000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90733800",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45112700",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM93"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 104000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
        "tenderPeriod": {
            "endDate": "2026-02-27T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2026-02-27T12:00:00Z"
        },
        "documents": [
            {
                "id": "FEB548998",
                "documentType": "contractNotice",
                "title": "Measured Term Contract for General Repairs and Annual Maintenance of Sustainable Urban Drainage (SUD's) Installations",
                "description": "North Ayrshire Council requires to appoint a contractor to deliver the annual servicing and maintenance of existing Sustainable Urban Drainage (SuDS) installations within North Ayrshire region.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB548998",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Over the years, NAC have been redeveloping various brownfield sites with the aim of increasing council homes available to the community. As part of the development works, each project requires to be served by new roads and drainage infrastructure, including the provision of Sustainable Urban Drainage Systems (SuDS). Generally, and as part of the future vesting process, Scottish Water will take on both the ownership and future maintenance of below ground assets which include pipework and underground storage which includes geocellular storage crates. Some sites have been identified as potentially having private sewer and/or above ground SuDS features which the Council require a contractor to service and maintain. SuDS play a critical role in managing surface water runoff and reducing flood risk. These systems are essential for compliance with environmental regulations and for supporting sustainable development objectives, however, SuDS are not self-maintaining assets. They require regular servicing, inspection, and repair to remain effective. Without proactive maintenance, issues such as blockages, structural failures, or equipment malfunctions could lead to flooding, property damage, and environmental harm, as well as increased long-term costs for remedial works. The successful contractor will be required to carry out routine inspections, annual servicing, planned maintenance, reactive repairs and remedial works across five types of Sustainable Urban Drainage (SuDS) assets: permeable paving, filter drains, underground storage systems, detention basins, and ponds/wetlands. Works include debris removal, vegetation management, silt monitoring and removal, operational checks, structural inspections, and corrective actions to maintain asset performance and prevent blockages, flooding, or environmental harm.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will run for an initial term of 36 months and there is an option for the Council to extend the contract by two further 12 months periods (3+1+1). The total potential contract duration is 60 months."
                }
            }
        ],
        "bidOpening": {
            "date": "2026-02-27T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "description": "Bidders will be required to have a minimum \"general\" yearly turnover of 42,000 GBP per year for the last 3 years. Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. Bidders who cannot meet the required level of turnover will be excluded from this tender. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: - Employer's (Compulsory) Liability Insurance = 10 million GBP - Public Liability Insurance = 10 million GBP - Third-party motor vehicle insurance - A valid motor vehicle certificate must be held in the company name or (where there is no fleet but rather the company permits its employees to use their personal vehicles for business purposes), a letter signed by a person of appropriate authority - confirming that the company has ongoing arrangements in place to ensure their employees' vehicles are appropriately insured and maintained. - The Contractor remains responsible for insuring their own plant, tools, equipment and temporary buildings, as the Employer provides no such cover. The Contractor shall bear the first 2,500 GBP of each and every claim, as stated in the Preliminaries. http://www.hse.gov.uk/pubns/hse40.pdf"
                },
                {
                    "type": "technical",
                    "description": "Bidders must provide two examples that demonstrates they have the relevant experience to deliver the contract, as described in part II.2.4 of the Contract Notice. Examples must be of a similar scope, size and be from within the last three years. Unsatisfactory experience will result in a fail and exclusion from the tender process. If you submit more than two examples, NAC will only evaluate the first two examples provided. Bidders must also provide two satisfactory references for the same two contracts. References should be fully completed and signed by previous customers and must be of a similar scope, size and be from within the last three years. If any of the referees score less than two, the bidder will be excluded from the tender process. If you submit more than two references, NAC will only evaluate the first two references provided. Bidders should complete a separate experience / reference template for each experience example. Bidders should complete Section 1 Experience and then forward to the relevant customer/client to complete Section 2 Reference Proforma. The customer/client should return the completed template to the bidder and the bidder in turn will upload the fully completed template. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "90700000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Quality Management Procedures The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management. Health and Safety Procedures The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for health and safety management. Environmental Management Procedures The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2. Bidders may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31101. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: A summary of the expected community benefits has been provided as follows: Community benefits will be required on a voluntary basis for: - Employment - Employability & Skills - SMEs - TSOs - Education - Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/) (SC Ref:822888)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000822888"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}