Scope
Description
This framework will provide archaeological and heritage services to support The Utilities projects. Suppliers will deliver assessments, surveys, investigations, fieldwork, reporting, and any specialist services needed to meet planning, regulatory, and project requirements.
Services may include desk‑based assessments, field evaluations, watching briefs, excavation, specialist analysis, reporting, post‑excavation works, and the preparation of documentation required for planning submissions and regulatory compliance.
Suppliers must work to relevant professional standards and ensure all recommendations and outputs are necessary, proportionate, and appropriate to the project.
Commercial tool
Establishes a framework
Total value (estimated)
- £4,000,000 excluding VAT
- £4,800,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 June 2026 to 1 June 2029
- Possible extension to 1 June 2036
- 10 years, 1 day
Description of possible extension:
Extension options up to a total of 84 months (7 years)
Main procurement category
Services
CPV classifications
- 71351914 - Archaeological services
Contract locations
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
Lot 1. Desk Based Assessments
Description
Lot 1 covers early‑stage archaeological and heritage work, including desk‑based assessments, walkover surveys, heritage statements, written schemes of investigation, and project design documents. Suppliers will identify potential archaeological constraints, assess risks to the project, and provide recommendations for any fieldwork or further investigation that may be required.
Lot value (estimated)
- £1,200,000 excluding VAT
- £1,440,000 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. Field Based Assessments
Description
Lot 2 covers intrusive and non‑intrusive archaeological fieldwork delivered during the construction phase under CDM requirements. This includes evaluations, trenching, watching briefs, excavations, monitoring, and associated post‑excavation analysis and reporting. Suppliers must operate in accordance with CDM duties, ensuring safe site practices, competent supervision, risk assessments, method statements, and compliance with all planning and regulatory obligations.
Lot value (estimated)
- £2,800,000 excluding VAT
- £3,360,000 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
Work under this framework will be allocated based on supplier availability, geographical location, performance, and-where required-competitive quotations.
Where quotes are required, award will be based primarily on price, supported by availability, location, and past performance, and subject to higher‑value project requirements.
All call‑offs will be issued through a digital service order, followed by a purchase order from Severn Trent Water.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Particular suitability
Lot 1. Desk Based Assessments
Lot 2. Field Based Assessments
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
23 February 2026, 12:00pm
Submission type
Tenders
Tender submission deadline
2 March 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)
1 June 2026
Recurring procurement
Publication date of next tender notice (estimated): 1 June 2036
Award criteria
| Name | Type | Weighting |
|---|---|---|
| Technical | Quality | 50% |
| Price | Price | 50% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Competitive flexible procedure description
Pre-Qualification Questionnaire (PQQ) Stage
Interested suppliers will complete a PQQ to demonstrate capability, experience, and compliance with minimum requirements.
Evaluation will be based on pass/fail criteria and qualitative responses where applicable.
A shortlist of successful suppliers will be invited to the next stage.
Request for Proposal (RFP) Stage
Shortlisted suppliers will receive the full scope, pricing schedule, and evaluation criteria.
Suppliers will submit detailed proposals including technical approach, pricing, and risk management documentation (e.g., RAMS).
Initial evaluation will be conducted against published award criteria.
Negotiation and Refinement
Following initial evaluation, The Utility may enter into negotiations with suppliers to clarify proposals, refine technical solutions, and address any outstanding questions.
Final Tender Submission
Suppliers will submit a best and final offer (BAFO) incorporating any negotiated refinements.
Final evaluation will be conducted using the agreed award criteria.
Documents
Associated tender documents
https://portal.us.bn.cloud.ariba.com/dashboard/public/appext/comsapsbncdiscoveryui#/RfxEvent/preview/1110004367?anId=ANONYMOUS
Please follow the provided link to the SAP Ariba platform
Technical specifications to be met
https://portal.us.bn.cloud.ariba.com/dashboard/public/appext/comsapsbncdiscoveryui#/RfxEvent/preview/1110004367?anId=ANONYMOUS
Technical Specifications are provided within the ariba event
Contracting authorities
SEVERN TRENT WATER LIMITED
- Companies House: 02366686
- Public Procurement Organisation Number: PQQN-5222-QDXR
Severn Trent Centre
Coventry
CV1 2LZ
United Kingdom
Region: UKG33 - Coventry
Organisation type: Private utility
HAFREN DYFRDWY CYFYNGEDIG
- Companies House: 03527628
- Public Procurement Organisation Number: PWGQ-2543-XWCR
Packsaddle Wrexham Road
Wrexham
LL14 4EH
United Kingdom
Region: UKL23 - Flintshire and Wrexham
Organisation type: Private utility
Devolved regulations that apply: Wales