Tender

EcoHydro Survey & Assessment Framework

  • ANGLIAN WATER SERVICES LIMITED

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

Notice identifier: 2025/S 000-034492

Procurement identifier (OCID): ocds-h6vhtk-055202

Published 23 June 2025, 4:18pm



Scope

Reference

2025-0010

Description

Anglian Water Services Ltd (Anglian Water) is undertaking a procurement exercise to establish a multi-supplier framework agreement for the provision of Ecological and Hydrological Surveys and Assessments, including terrestrial, marine, coastal, and estuarine environments. These services will support Anglian Water's Enabling and Environmental programmes, including WINEP, Quality, Environmental, and Biodiversity Net Gain (BNG) initiatives.

Estimated Value:

The total estimated value of the framework is up to £47 million for the AMP. Individual call-off contracts are expected to vary in value, with many anticipated to fall within the £10,000-£250,000 range. Only a small number of larger projects may exceed this.

Duration of Framework:

Up to 15 years (initial term of 5 years, with two optional extensions of 5 years each).

Scope of Services:

The framework will cover the supply of:

Pre-construction ecological and hydrological surveys for capital projects (e.g. reservoirs, desalination plants)

Environmental assessments to support planning, permitting, and regulatory compliance, Data collection, analysis, and reporting aligned with WFD, BNG, and other statutory requirements.

Delivery Requirements:

Services must be delivered across Anglian Water's operational regions, including Hartlepool, Lincoln, Ruthamford, Norfolk, and Essex. Suppliers must demonstrate the ability to deliver high-quality, standards-compliant outputs under NEC4 and Anglian Water Services Terms and Conditions including Purchase Order contract terms. All procurement and contract management will be conducted electronically.

Framework Structure:

2 lots- Ecology and Hydrology

Each single-lot has two delivery pathways:

Pathway A - For use mostly by Nationally Significant Infrastructure Projects (NSIPs) or larger pipeline and construction projects, requiring higher levels of assurance including collateral warranties, cyber security, and insurance provisions. These projects may involve higher-value call-offs and more complex delivery requirements.

Pathway B - For regional and less complex projects or requirements, with lower assurance thresholds. A maximum number of suppliers will be appointed per region to ensure balanced coverage and maintain supply chain capacity.

Suppliers may apply for either or both pathways. Subcontracting between awarded suppliers is permitted only with prior approval from Anglian Water.

Additional Information:

Anglian Water encourages participation from SMEs and will provide support throughout the tender process.

Commercial tool

Establishes a framework

Total value (estimated)

  • £141,730,233 excluding VAT
  • £170,076,279.60 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 2 March 2026 to 2 March 2031
  • Possible extension to 2 March 2041
  • 15 years, 1 day

Description of possible extension:

Description of Extensions:

The framework agreement is structured with an initial term of 5 years, commencing on 2 March 2026, with the option to extend by up to two additional periods of 5 years each, subject to business need and supplier performance. This allows for a maximum total duration of 15 years, ending no later than 2 March 2041.

Extensions may be exercised under the following circumstances:

Continued requirement for ecological and hydrological survey services to support Anglian Water's capital delivery and environmental programmes;

Demonstrated supplier performance against agreed Key Performance Indicators (KPIs), including Health & Safety, Quality, Commercial Value, and Delivery;

Effective collaboration with the Pan Alliance and alignment with evolving regulatory and programme requirements (e.g. WINEP, BNG, NSIPs);

Performance will be monitored through regular commercial reviews, scorecards, and NEC4 works orders.

Options

The right to additional purchases while the contract is valid.

In line with the nature of the framework lots, Anglian Water reserves the right to expand the scope of services under this agreement to respond to evolving regulatory, environmental, and programme needs. Options may include, but are not limited to:

Additional Surveys and Assessments: As required by changes in environmental legislation, planning conditions, or enabling works, including but not limited to:

Protected species surveys

Invasive species monitoring

Water quality and sediment sampling

Marine and estuarine habitat assessments

Biodiversity Net Gain (BNG) metric updates

Post-construction ecological monitoring

Geographic Expansion: Inclusion of additional operational areas or project sites within or adjacent to Anglian Water's existing regions (Lincoln, Ruthamford, Norfolk, Essex) where environmental or hydrological input is required.

Programme Alignment: Integration with new or emerging capital delivery programmes, including those under the Strategic Resource Options (SROs), Nationally Significant Infrastructure Projects (NSIPs), or future AMP periods.

Regulatory Response: Adjustments to scope in response to updates in the Environment Act 2021, Water Framework Directive (WFD), or other statutory requirements.

Technology and Innovation: Adoption of new and emerging technologies to enhance the quality, efficiency, and environmental value of survey and assessment services. This may include:

Remote sensing and drone-based data capture

AI-assisted habitat classification and species identification

Real-time hydrological monitoring systems

Digital twin modelling for environmental impact forecasting

Integration of GIS and BIM for spatial analysis and reporting

All options will be exercised in accordance with the terms of the framework and subject to performance, commercial viability, and business need.

Main procurement category

Services

Contract locations

  • UKC - North East (England)
  • UKH - East of England

Not the same for all lots

CPV classifications are shown in Lot sections, because they are not the same for all lots.


Lot 1. Ecology Surveys and Assessments (Enabling/Environment)

Description

Ecology

This lot covers the provision of ecological survey and assessment services to support Anglian Water's capital delivery and environmental programmes. The services are required to inform planning, permitting, design, and construction activities across a range of infrastructure projects and enabling works.

Scope of Services Includes (but is not limited to):

Baseline ecological surveys (e.g. Phase 1 habitat, protected species, invasive species)

Biodiversity Net Gain (BNG) metric calculations and monitoring

Ecological Impact Assessments (EcIA) and input to Environmental Impact Assessments (EIA)

Post-construction ecological monitoring and reporting

Support for statutory consultation and planning submissions

Data analysis, GIS mapping, and reporting in line with regulatory and project-specific requirements

Delivery Requirements:

Services must be delivered across Anglian Water's operational regions, including Hartlepool, Lincoln, Ruthamford, Norfolk, and Essex.

Suppliers must be capable of working under NEC4 Professional Services Contracts and Anglian Water Services terms and Conditions and Purchase Order Agreements.

All services must be delivered in accordance with relevant UK legislation, including the Environment Act 2021 and BNG regulations, and align with Anglian Water's internal policies and procedures.

Estimated Value and Duration:

The estimated value of the Ecology lot is included within the overall framework value of an estimated £12-£43 million exclusive of VAT) over a maximum term of 15 years (5+5+5).

Individual call-off contracts are expected to range from £10,000 to £250,000, with occasional higher-value assignments.

Supply Model:

Services will be allocated via direct award or mini-competition, based on supplier capability, regional coverage, performance, and value for money.

Rates submitted at framework award will be fixed for the first two years, with provisions for review thereafter.

Lot value (estimated)

  • £141,730,233 excluding VAT
  • £170,076,279.60 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 71313000 - Environmental engineering consultancy services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 90700000 - Environmental services

Same for all lots

Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.


Lot 2. Hydrological Surveys and Assessments (Enabling/Environment)

Description

Hydrology

This lot covers the provision of hydrological survey and assessment services to support Anglian Water's capital delivery and environmental programmes. The services are required to inform planning, permitting, design, and construction activities across a range of infrastructure projects and enabling works.

In addition, they will support a range of environmental monitoring programmes, including:

Monitoring activities under the AWS Drought Plan, which may overlap with ecological surveys. This includes transitioning between baseline, pre-drought, drought permit, and post-drought monitoring frequencies, currently active across seven areas in the AWS region. Monitoring for AWS Environmental Destination Investigations, particularly short-term data collection to strengthen the evidence base for sustainable abstraction as part of the AMP8 WINEP. Baseline and ongoing monitoring to support capital projects and other AMP8 initiatives, ensuring robust data informs project development, design, and consenting.

More specifically the Scope of Services Includes (but is not limited to):

Baseline hydrological surveys (e.g. river flow measurements, groundwater level monitoring, water quality sampling)

Flood risk assessments and modelling

Hydrological Impact Assessments (HIA) and input to Environmental Impact Assessments (EIA)

Post-construction hydrological monitoring and reporting

Support for statutory consultation and planning submissions

Data analysis, GIS mapping, and reporting in line with regulatory and project-specific requirements.

Delivery Requirements:

Services must be delivered across Anglian Water's operational regions, including Hartlepool, Lincoln, Ruthamford, Norfolk, and Essex.

Suppliers must be capable of working under NEC4 Professional Services Contracts and Anglian Water terms and conditions and Purchase Order Agreements.

All services must be delivered in accordance with relevant UK legislation, including the Environment Act 2021 and flood risk management regulations, and align with Anglian Water's internal policies and procedures.

Estimated Value and Duration:

The estimated value of the Hydrology lot is included within the overall framework value of an estimated £3-£15 million (exclusive of VAT) over a maximum term of 15 years (5+5+5).

Individual call-off contracts are expected to range from £10,000 to £250,000, with occasional higher-value assignments.

Supply Model:

Services will be allocated via direct award or mini-competition, based on supplier capability, regional coverage, performance, and value for money.

Rates submitted at framework award will be fixed for the first two years, with provisions for review thereafter.

Lot value (estimated)

  • £141,730,233 excluding VAT
  • £170,076,279.60 including VAT

Framework lot values may be shared with other lots

CPV classifications

  • 34513550 - Survey vessels
  • 34513750 - Light vessels
  • 71312000 - Structural engineering consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 71351920 - Oceanography and hydrology services
  • 71351923 - Bathymetric surveys services
  • 71353100 - Hydrographic surveying services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy

Same for all lots

Contract locations, contract dates and options 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%

Further information about fees

Maximum number of suppliers is stated in the guidance document and is not unlimited.

Framework operation description

Under this framework, prices are determined through a combination of pre-agreed pricing schedules and mini-competition pricing. At framework award, suppliers will submit detailed pricing by service/survey (rate card) and region, which will be fixed for the first two years of the agreement. This ensures price stability during the initial mobilisation and delivery phase. After this period, pricing may be reviewed in line with framework terms and market conditions.

Contracts will be awarded through two primary mechanisms:

Direct Award: For lower-value or time-sensitive requirements, where a supplier has demonstrated strong performance, availability, and regional suitability.

Mini-Competition: For higher-value or complex requirements, where multiple suppliers are invited to submit proposals based on quality and price criteria tailored to the specific scope of work.

Allocation of business will be managed through a structured process that considers:

Geographic coverage and capacity to deliver services in Anglian Water's operational regions (Lincoln, Ruthamford, Norfolk, Essex)

Performance against KPIs, including Health & Safety, Quality, Delivery, and Commercial Value

Supplier availability and responsiveness

Commercial competitiveness, assessed through pricing schedules and mini-competition outcomes

For B Pathway Regions:

Contingency for Regional Gaps:

In the event that no supplier is available or able to deliver services in a specific operational region, Anglian Water reserves the right to:

Reallocate the requirement to a supplier from a neighbouring or adjacent region, subject to their capacity and agreement;

Conduct a targeted mini-competition among all framework suppliers to identify an alternative provider;

Anglian Water reserve the right to remove the regional split;

Initiate a separate procurement process outside the framework if no suitable supplier is available within the existing agreement.

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. Ecology Surveys and Assessments (Enabling/Environment)

Lot 2. Hydrological Surveys and Assessments (Enabling/Environment)

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

16 July 2025, 11:59pm

Submission type

Requests to participate

Deadline for requests to participate

28 July 2025, 11:59pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

9 February 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 65%
Price Price 35%

Other information

Description of risks to contract performance

The following risks have been identified as potentially affecting the successful delivery of this contract:

Supplier Resourcing Constraints

Suppliers may face challenges in maintaining adequate staffing capacity due to ongoing nationwide recruitment pressures. This may impact the timely and consistent allocation of resources to Anglian Water work orders. Suppliers are required to communicate any resourcing issues transparently and without delay. As a mitigation measure, suppliers must assign dedicated personnel to all active work orders and ensure sufficient capacity is maintained to meet programme requirements.

Programme Dependencies and Authorisations

Certain Anglian Water projects may be subject to delays in securing the necessary permissions, licences, or internal budget approvals prior to supplier mobilisation. These dependencies may result in adjustments to the programme scope, timelines, or delivery expectations.

Regulatory and Environmental Compliance

The list of species/surveys/assessments covered under relevant environmental licences, along with associated regulatory requirements, is subject to periodic amendment. Suppliers must ensure that all ecological and hydrological surveys, assessments, and related activities remain fully compliant with current UK legislation and regulatory guidance throughout the contract term.

Suppliers are expected to consider these risks in their delivery planning and implement appropriate mitigation strategies to ensure continuity, compliance, and performance throughout the contract lifecycle.

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Special regime

Utilities

Competitive flexible procedure description

Description of Procurement Exercise

This Procurement Exercise shall be conducted in accordance with the Procurement Act 2023, Competitive Flexible Procedure and responses will be assessed in accordance with the Act.

The Procurement Exercise shall be conducted in a number of stages:

Stage 1: Request For Information (RFI)

Stage 2: Request For Proposal (RFP):

2A RFP Written Responses

2B Negotiation Including terms and conditions

2C Best and Final (If used)

Stage 3: Contract Award

Anglian Water reserves the right to shortlist at any point during the Procurement Exercise

Note - Both solution and price will continue to be scored throughout the Procurement Exercise, including after each shortlist (where applicable) and / or where information and/or prices have been amended

Further information is provided in the bidder guidance document.


Documents

Associated tender documents

https://esourcing.scanmarket.com/SupplierRegistration/NewSupplier?eventId=753868&ccsum=5c9a274890d5684a43a5fda4ae2d6fe8

Accessing Tender Documents

All procurement documents related to this procurement will be made available through Anglian Water's online e-sourcing platform, Scanmarket. Interested suppliers must access the event via the public events page or through their individual profile dashboard.

To participate:

Log in directly to Scanmarket using your web browser. If you have forgotten your password, please follow the instructions on the login page to reset it.

Navigate to your profile page and ensure all requested questionnaires are completed and up to date. Incomplete profiles may prevent further participation in the event.

You will find access to all Scanmarket events you are registered for under the "Dashboard" tab.

If you are unable to access scanmarket event please use the quick call functionality on Scanmarket website.

Documents to be provided after the tender notice

Documents are provided through the Scanmarket online platform. All relevant documentation, including the Terms and Conditions, will be made available in full prior to the RFP opening.

A presentation to bidders is scheduled for after the launch of this tender notice and is provisionally scheduled, further details as per the guidance document.


Contracting authority

ANGLIAN WATER SERVICES LIMITED

  • Companies House: 02366656
  • Public Procurement Organisation Number: PMZW-7779-DCNZ

Lancaster House Lancaster Way

Huntingdon

PE29 6XU

United Kingdom

Contact name: Sarah Higgins

Email: suppliersupport@anglianwater.co.uk

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

Region: UKH12 - Cambridgeshire CC

Organisation type: Private utility