Tender

Ecology Surveys Framework

  • PORTSMOUTH WATER LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-032414

Procurement identifier (OCID): ocds-h6vhtk-0548dc

Published 13 June 2025, 5:16pm



Scope

Description

Portsmouth Water is procuring a Framework Agreement for the provision of a range of ecology surveys throughout their operational area in Portsmouth, Hampshire and West Sussex. The services will be divided into 3 lots covering:

1. Terrestrial Ecology

2. Aquatic Ecology.

3. Arboriculture

Terrestrial services will comprise a range of desk and field surveys to establish the presence or absence of species including bats, the hazel dormouse, otter, water vole, badger, amphibians, reptiles, butterflies and moths. The surveys will collect information on sites, site information, species records, habitat information and distribution including population forecasts. Other services to be provided will include surveys using the National Vegetation Classification and Biodiversity Net Gain.

Aquatic services will comprise range of river and bankside surveys to provide habitat mapping and reporting. The surveys will include invertibrates, aquatic plants and fish. Surveys will include Modular River Physical Surveys, River Condition Assessments, habitat mapping, surveys of macroinvertibrates and macrophytes as well as water quality monitoring including laboratory analysis.

Arboricultural services to provide an arboricultural impact assessment, method statement and tree protection plan to record species, dimensions and quality of the trees on the various sites. Services of an arboriculturalist will also be required to monitor and supervise works as a watching brief during site clearance and construction. Services will include tree inspections and tree hazard assessments.

Other than the Pre-Qualification Pack and Pre-Qualification Questionnaire, the procurement documents published at the date of this Notice are in outline form, and Portsmouth Water reserves the right to amend, augment and supplement any document.

Portsmouth Water reserves the right at any time to cease the procurement process and not award any contract or to award only part of the opportunities described in this Notice. If Portsmouth Water takes up this right, then it will not be responsible for or required to pay the expenses or losses, which may be incurred by any organisation or Tenderer resulting therefrom. Except for the Framework Agreement and any subsequent Call-Off Contract (if any), concluded with the successful Tenderer(s), nothing in the procurement process shall create a contract, whether express or implied, between Portsmouth Water and any Applicant or Tenderer.

Portsmouth Water intends to select 5 Applicants to invite to tender for lot 1 and 4 Applicants for each of lots 2 & 3.

Portsmouth Water may conduct the negotiations in successive stages in order to reduce the number of Tenders to be negotiated, by applying the award criteria specified in the Invitation to Tender. It reserves the right at any time to close negotiations and award the places on the Framework Agreement.

Portsmouth Water intends to award places on the Framework Agreement to the 3 highest scoring Tenderers in Lot 1 (Terrestrial Ecology) and the 2 highest scoring Tenderers to each of Lot 2 (Aquatic Ecology) and Lot 3 (Arboriculture), as assessed in accordance with the award criteria set out in this Tender Notice and the accompanying tender documents.

Portsmouth Water undertakes to hold confidential any information provided in the proposal submitted, subject to its obligations under the law including Environmental Information Regulations 2004 (EIR), the Freedom of Information Act 2000 (FOIA), the UK General Data Protection Regulations (the UK GDPR) and the Data Protection Act 2018 (the DPA 2018). ) If an Applicant considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity, then this should be stated with the reason for considering it sensitive in line with the data protection legislation outlined above. Portsmouth Water will then endeavour to consult with the Applicant about such sensitive information when considering any request for information (e.g. under the EIR or FOIA), before replying to such a request.

Portsmouth Water reserves the right to carry out additional financial checks on all Applicants bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet its requirements and remain financially viable to fulfil the requirements under the proposed contracts.

The PIN published in relation to this procurement can be found at by searching the following on Find-A-Tender:

Notice identifier: 2025/S 000-001618

Procurement identifier (OCID): ocds-h6vhtk-04d3f9

Commercial tool

Establishes a framework

Total value (estimated)

  • £1,468,646 excluding VAT
  • £1,762,376 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 March 2026 to 28 February 2034
  • 8 years

Main procurement category

Services

CPV classifications

  • 77000000 - Agricultural, forestry, horticultural, aquacultural and apicultural services
  • 90700000 - Environmental services
  • 92534000 - Wildlife preservation services

Lot constraints

Description of how multiple lots may be awarded:

Portsmouth Water reserves the right to combine all or any combination of the lots and award contracts accordingly.


Lot 1. Terrestrial Ecology

Description

A range of desk and field surveys to establish the presence or absence of species including bats, the hazel dormouse, otter, water vole, badger, amphibians, reptiles, butterflies and moths. The surveys will collect information on sites, site information, species records, habitat information and distribution including population forecasts. Other services to be provided will include surveys using the National Vegetation Classification and Biodiversity Net Gain. Surveys may include a suitably qualified Ecological Clerk of Works as required.

Services will include a Preliminary Ecological Appraisal comprising a desk study and a field survey. This will include gathering site information, species records, habitat information and distribution information focusing protected habitats and/or species. Surveys should be undertaken by qualified and experienced professionals with an understanding of nature conservation legislation and planning.

Bat surveys will include a Preliminary Roost Assessment and ecologists will arrange visits at dusk to listen, record and observe roosts to compile information on species, numbers, access points, roosting locations and flightpaths. Surveys will involve the use of night vision aids and thermal imaging cameras.

Further services will include ground level tree assessments, potential roost feature inspection surveys and bat activity surveys involving nighttime bat walkovers, automatic/static detectors and bat sound analysis. Bat box checks and hibernation surveys will also be required with the potential for bat trapping with results collated to record species, time of capture, weather conditions and biometric data.

Surveys will be required to establish the presence/absence of otter and water vole by qualified and experienced ecologists in accordance with Natural England guidance.

The hazel dormouse is present on some sites and there will be a requirement for nest box checks and footprint tunnel checks to produce reports mapping the distribution of the hazel dormouse on PW sites.

Surveys will be required to establish the presence/absence of badgers and collated into survey reports. In some instances mitigation measures may be required and/or sett creation. Appropriate licences will be required.

Surveys will be required to determine the presence/absence of amphibians including population size in water bodies and terrestrial and aquatic habitat surveys. Environmental DNA analysis will be required to assess the presence or absence of great crested newts. Survey techniques may include refuge searching, egg searching, netting, torching and bottle traps.

Population estimate surveys will be required to establish the population and distribution of reptiles by placing felts in suitable locations between April and October each year.

Terrestrial invertebrates will be surveyed. Butterflies will be determined by walking a transect twice a month between April to October. Moths will be surveyed using moth traps on four occasions each year. Saproxylic species will be surveyed using aerial interception traps, beating, hand searching and light trapping.

Habitat surveys shall be undertaken by appropriately trained, experienced and qualified surveyors.

The community of plants in any habitat will be determined using the national vegetation classification including onsite surveys, sampling and data analysis.

Biodiversity net gain will be measured using the statutory biodiversity metric measures using site visits, desk study, mapping and baseline/pre-development calculations with post-development calculations and reports.

Services performed under this Lot may require the services of an Ecological Clerk of Works. Tasks will include (but not limited to), pre-construction checks, nesting bird checks, implementing Construction Environmental Management Plans, tool box talks for site staff and an ecological watching brief.

Other surveys not otherwise specified may be required in accordance with relevant industry guidelines and best practice.

Lot value (estimated)

  • £1,468,646 excluding VAT
  • £1,762,376 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Aquatic Ecology

Description

A range of river and bankside surveys to provide habitat mapping and reporting. The surveys will include invertebrates, aquatic plants and fish. Surveys will include Modular River Physical Surveys, River Condition Assessments, habitat mapping, surveys of macroinvertebrates and macrophytes as well as water quality monitoring including laboratory analysis.

Initial surveys should include the identification and selection of locations for fixed point photography to provide visual evidence where works are proposed and the impact during and after implementation of any works.

A modular river physical bankside survey is required to complete a River Condition Assessment. A report including recommendations must be produced and geomorphological surveys may also be commissioned as part of the Environment Agency licence to impound water.

Habitat mapping will be required to identify functional fish habitats. The full length of any watercourse should be walked and mapped onto a high-resolution map with key habitats/structures recorded. Where possible data should be collected digitally.

Macroinvertebrate monitoring surveys are required to determine the success of any translocation works in watercourses or habitat improvement work in pond habitats. Samples taken should be analysed in the laboratory to Environment Agency requirements. A report with recommendations will be required.

Macrophyte monitoring surveys are required to determine the success of any translocation works in watercourses or habitat improvement works in pond habitats. Survey data should be processed using standard biotic indices. A report with recommendations will be required.

Fish populations shall be monitored using electric fishing surveys undertaken by experienced personnel in accordance with industry guidelines.

Water quality monitoring surveys will be required to determine changes in water quality. Surveys will be conducted using multiparameter logging instruments and spot sampling from the water's edge. Results will be analysed and a report shall be produced

Services performed under this Lot may require the services of an Ecological Clerk of Works. Tasks will include (but not limited to), pre-construction checks, nesting bird checks, implementing Construction Environmental Management Plans, tool box talks for site staff and an ecological watching brief.

Other surveys not otherwise specified may be required in accordance with relevant industry guidelines and best practice.

Lot value (estimated)

  • £1,468,646 excluding VAT
  • £1,762,376 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Arboriculture

Description

Services to provide an arboricultural impact assessment, method statement and tree protection plan to record species, dimensions and quality of the trees on the various sites. Services of an arborist will also be required to monitor and supervise works as a watching brief during site clearance and construction. Services will include tree inspections and tree hazard assessments.

A tree constraints plan is required to identify the desired tree retention category of the trees. All tree inspections are to be undertaken using the visual tree assessment methodology, including the diagnosis of structural defects and an evaluation of their significance from visible signs and the application of biomechanical criteria. Surveys will be undertaken in accordance with industry guidelines.

Basic tree inspection surveys and a tree hazard assessment will be required to identify foreseeable defects, symptoms of tree disease, fungi or pathogens. The tree hazard inspection will involve production of a report of the survey zones, a risk analysis and a schedule of recommended ongoing monitoring

An arborist will be required to supervise works including sensitive excavation in root protection areas, investigative digging, tree protection fence checks, tagging trees for felling, pruning, remedial tree works or advice during installation of ground protection systems.

Services performed under this Lot may require the services of an Ecological Clerk of Works. Tasks will include (but not limited to), pre-construction checks, nesting bird checks, implementing Construction Environmental Management Plans, tool box talks for site staff and an ecological watching brief.

Other surveys not otherwise specified may be required in accordance with relevant industry guidelines and best practice.

Lot value (estimated)

  • £1,468,646 excluding VAT
  • £1,762,376 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications 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

The Services required to support Portsmouth Water Limited will be defined by way of the issue of Call-Off Contracts under the Framework Agreement and the successful Tenderers are to provide the Services as instructed under each Call-Off Contract issued. The Framework Agreement will incorporate a Model Call-Off Contract.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Legal and financial capacity conditions of participation

Lot 1. Terrestrial Ecology

Lot 2. Aquatic Ecology

Lot 3. Arboriculture

Applicants are referred to PQP Appendix C and other associated tender documents accompanying this Tender Notice for information on the legal and financial capacity conditions of participation.

Technical ability conditions of participation

Lot 1. Terrestrial Ecology

Lot 2. Aquatic Ecology

Lot 3. Arboriculture

Applicants are referred to PQP Appendix C and other associated tender documents accompanying this Tender Notice for information on the legal and financial capacity conditions of participation.

Particular suitability

Lot 1. Terrestrial Ecology

Lot 2. Aquatic Ecology

Lot 3. Arboriculture

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

11 July 2025, 12:00pm

Submission type

Requests to participate

Deadline for requests to participate

18 July 2025, 12:00pm

Submission address and any special instructions

Submissions VIA Portsmouth Water's E-Sourcing Portal: https://portsmouthwater.app.jaggaer.com/go/784748910197696D70A4

If any issues arise, please contact sophie.thwaites@agilia.co.uk

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

Lot 1. Terrestrial Ecology

5 suppliers

Selection criteria:

Please see the outlined Conditions of Participation

Lot 2. Aquatic Ecology

Lot 3. Arboriculture

4 suppliers

Selection criteria:

Please see the outlined Conditions of Participation

Award decision date (estimated)

9 January 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 60%
Price Price 40%

Other information

Payment terms

Electronic payment will be used.

Description of risks to contract performance

Services will mainly be provided on Portsmouth Water sites but some sites may be difficult to access or require landowner consents. Ground conditions and extent of vegetation cover will vary from site to site. Site specific risks will be identified on a site by site basis and recognised when Contracts are awarded under the Framework Agreement

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Utilities

Competitive flexible procedure description

The procurement will include the following stages:

1. Prequalification Selection Questionnaire Stage

Interested organisations must complete and submit a completed Pre-Qualification Questionnaire by the specified closing date and time. Submissions cannot be uploaded after this return deadline. Further information about the procurement process will be provided in a pre-qualification pack provided to all suppliers responding to this Tender Notice.

The PQ Stage has been designed to identify a shortlist of the most suitable Applicants who have best demonstrated quality and relevance of their technical ability, competency and experience in key areas of the Framework Agreement while ensuring they are compliant and eligible, as well as having the required financial capacity and standing, to deliver the services.

2. Invitation to Tender Stage

The intention is for 5 PQ Applicants to be shortlisted to tender at ITT for Lot 1 - Terrestrial Ecology and 4 PQ Applicants to be shortlisted to tender at ITT for each of Lots 2 - Aquatic Ecology and Lot 3 - Arboriculture.

The technical questions are designed to understand how Tenderers, while understanding and delivering the Framework Agreement's Scope, will deliver high quality surveys.

At ITT Stage, the Tenderers will be asked to develop their detailed proposals and this is the stage at which they develop and submit their tendered price.

3. Negotiation Stage

Portsmouth Water may conduct the negotiations in successive stages in order to reduce the number of Tenders to be negotiated, by applying the award criteria to be specified in the ITT. It reserves the right at any time to close negotiations and award the Contract.


Documents

Associated tender documents

https://portsmouthwater.app.jaggaer.com/go/784748910197696D70A4

Documents to be provided after the tender notice

Via the Portsmouth Water E-Sourcing Portal (Jaggaer).


Contracting authority

PORTSMOUTH WATER LIMITED

  • Companies House: 02536455

Portsmouth Water Limited, PO Box No.8, West Street

Havant

PO9 1LG

United Kingdom

Contact name: Sophie Thwaites

Email: sophie.thwaites@agilia.co.uk

Website: http://www.portsmouthwater.co.uk

Region: UKJ35 - South Hampshire

Organisation type: Private utility