Planning

Major Infrastructure Planning and Consents, Support and Advisory Services

  • ANGLIAN WATER SERVICES LIMITED

UK3: Planned procurement notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-077902

Procurement identifier (OCID): ocds-h6vhtk-05eaa9

Published 27 November 2025, 9:33pm



Scope

Reference

PA-2025-0182

Description

To support Anglian Water Services in the development of its current and future major infrastructure programmes with the following activities:

a) Strategic Consenting Advisory: advice on local and national planning policy, planning routes including in particular Development Consent Order (DCO), consenting strategy, development phase risk management and assurance of the planning development and preparedness for Examination (progressive and independent).

b) Consenting Leadership & Management: Leadership of the projects consenting pathway and across a multi-disciplinary team throughout the pre-application and examination phases in accordance with relevant National Policy Statements, Planning legislation, associated guidance and relevant local policies. Strategic engagement with Local Planning Authorities, planning application for survey and early enabling works and assessment/ monitoring of overlapping planning applications.

c) DCO Application & Examination Management: project and production management of the suite of DCO documents and deliverables integrating content across multi-disciplinary team, ensuring robust definition of deliverables and production management through the review and approval process aligned to schedule. Project and production management for the pre-examination and examination phases ensuring Anglian Water adheres to all procedural and statutory requirements.

d) Specialist advisory services: support for specialist topics including Traffic & Transport planning case development and assessment; regulatory and consenting advice/support aligned to coastal and marine permits, coastal and marine consents application support.

e) Stakeholder and consultation strategy and delivery: expert support for the development and execution of non-statutory and statutory consultation with a range of stakeholders ensuring legal compliance, risk mitigation and reputation management.

f) Land and property support and advisory: land agency, referencing, access for surveys, consultation engagement, expert compulsory purchase advice and management associated with DCO planning applications.

g) Environmental Services: expert advisory, strategy development, risk management, assurance and support in specialist areas such as Habitat Regulations Assessment. (The delivery of Environmental Impact Assessment is procured under Anglian Water's Programme Delivery Partner).

h) Post-consent Support: Discharge of requirements, compliance monitoring in the delivery phases and variation management.

The expected full framework agreement value is anticipated to be between approx. £50-99m over an expected 8 year period (4+4 year option).

A bespoke Anglian Water Services Framework Agreement with provision for individual NEC4 PSC/PSSC's call off's (selecting the most appropriate main option for payment based on the activity) shall be utilised.

Work allocation will be based on call off PSC/PSSC contracts via either mini competition or direct award mechanism, details to be provided as part of the the Tender Notice and Tender Documentation.

Commercial tool

Establishes a framework

Total value (estimated)

  • £83,000,000 excluding VAT
  • £99,000,000 including VAT

Above the relevant threshold

Options

The right to additional purchases while the contract is valid.

Following the initial 4 years, contract extensions are likely to be triggered under the following circumstances:

• Anglian Water Services demand profile continues to identify a need for the services

• The scope of services at contract execution remain relevant and there have been no fundamental changes to scope or the market (following benchmarking/market analysis)

• The commercial model and contract remain suitable and are continuing to drive VfM and good performance

Main procurement category

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)

Not the same for all lots

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


Lot 1. Strategic Consenting Advisory Services

Description

Strategic Consenting Advisory: advice on local and national planning policy, planning routes in particular Development Consent Order (DCO), consenting strategy, development phase risk management and assurance of the planning case development and preparedness for Examination (progressive and independent). Includes for provision of coastal and marine consenting to support Anglian Water Services Desalination and Coastal Programmes of work.

Expected lot amount over framework term: £8.6 - 17.2m

Lot value (estimated)

  • £13,800,000 excluding VAT
  • £17,200,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 4 May 2026 to 3 May 2030
  • Possible extension to 3 May 2034
  • 8 years

Description of possible extension:

Following the initial 4 years, contract extensions are likely to be triggered under the following circumstances:

• AW demand profile continues to identify a need for the services

• The scope of services at contract execution remain relevant and there have been no fundamental changes to scope or the market (following benchmarking/market analysis)

• The commercial model and contract remain suitable and are continuing to drive VfM and good performance

CPV classifications

  • 71311200 - Transport systems consultancy services
  • 71311210 - Highways consultancy services
  • 71311300 - Infrastructure works consultancy services
  • 71410000 - Urban planning services
  • 71530000 - Construction consultancy services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 90712100 - Urban environmental development planning
  • 90712300 - Marine conservation strategy planning

Same for all lots

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


Lot 2. Consenting leadership, management and DCO application & examination management services

Description

Leadership of the projects consenting pathway and across a multi-disciplinary team throughout the pre-application and examination phases in accordance with relevant National Policy Statements, Planning legislation, associated guidance and relevant local policies.

Strategic engagement with Local Planning Authorities, planning application for survey and early enabling works and assessment/ monitoring of overlapping planning applications.

Project and production management of the suite of DCO deliverables integrating content across multi-disciplinary team, ensuring robust definition of deliverables and production management through the review and approval process aligned to schedule.

Project and production management for the pre-examination and examination phases ensuring Anglian Water adheres to all procedural and statutory requirements.

Discharge of requirements, compliance monitoring in the delivery phases and variation management.

Includes for provision of coastal and marine consenting to support Anglian Waters Desalination and coastal programmes of work.

Expected lot amount over framework term: £22 - 44m

Lot value (estimated)

  • £35,000,000 excluding VAT
  • £44,000,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 4 May 2026 to 3 May 2030
  • Possible extension to 3 May 2034
  • 8 years

Description of possible extension:

as per lot 1.

CPV classifications

  • 71311200 - Transport systems consultancy services
  • 71311210 - Highways consultancy services
  • 71311300 - Infrastructure works consultancy services
  • 71410000 - Urban planning services
  • 71530000 - Construction consultancy services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 90712100 - Urban environmental development planning
  • 90712300 - Marine conservation strategy planning

Same for all lots

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


Lot 3. Environmental Services

Description

Expert advisory, assurance and support in specialist environmental areas such as Habitat Regulations Assessment.

The delivery of Environmental Impact Assessment is not required as will be procured under Anglian Water's Programme Delivery Partner.

Expected lot amount over framework term: between £1 - 2m.

Lot value (estimated)

  • £1,600,000 excluding VAT
  • £2,000,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 4 May 2026 to 3 May 2030
  • Possible extension to 3 May 2034
  • 8 years

Description of possible extension:

as per lot 1.

CPV classifications

  • 71311300 - Infrastructure works consultancy services
  • 71313000 - Environmental engineering consultancy services
  • 90712000 - Environmental planning
  • 90713000 - Environmental issues consultancy services
  • 90714000 - Environmental auditing

Same for all lots

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


Lot 4. Stakeholder and Consultation Support & Advisory Services

Description

Stakeholder and consultation strategy and delivery: expert support for the development and execution of non-statutory and statutory consultation with a range of stakeholders ensuring legal compliance (Planning Act 2008 & guidance), risk mitigation, issue resolution and reputation management.

Expected lot amount over framework term: between £8.4 - 16.7m.

Lot value (estimated)

  • £13,400,000 excluding VAT
  • £16,700,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 3 August 2026 to 2 August 2030
  • Possible extension to 2 August 2034
  • 8 years

Description of possible extension:

as per lot 1.

CPV classifications

  • 71311300 - Infrastructure works consultancy services
  • 71530000 - Construction consultancy services
  • 79416000 - Public relations services

Same for all lots

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


Lot 5. Land and Property Support & Advisory Services

Description

Land and property support and advisory: land agency, referencing, access for surveys, consultation engagement, expert compulsory purchase advice and management associated with DCO and planning applications.

Expected lot amount over framework term: £10-20m.

Lot value (estimated)

  • £16,000,000 excluding VAT
  • £20,000,000 including VAT

Framework lot values may be shared with other lots

Contract dates (estimated)

  • 3 August 2026 to 2 August 2030
  • Possible extension to 2 August 2034
  • 8 years

Description of possible extension:

as per lot 1.

CPV classifications

  • 70112000 - Development of non-residential real estate
  • 70121000 - Building sale or purchase services
  • 70122000 - Land sale or purchase services
  • 70123000 - Sale of real estate
  • 70310000 - Building rental or sale services
  • 70320000 - Land rental or sale services
  • 70332000 - Non-residential property services

Same for all lots

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


Framework

Maximum number of suppliers

21

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. Strategic Consenting Advisory Services

Lot 2. Consenting leadership, management and DCO application & examination management services

Lot 3. Environmental Services

Lot 4. Stakeholder and Consultation Support & Advisory Services

Lot 5. Land and Property Support & Advisory Services

Small and medium-sized enterprises (SME)


Submission

Publication date of tender notice (estimated)

21 January 2026

Submission type

Requests to participate

Deadline for requests to participate

27 January 2026, 11:59pm

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Suppliers to be invited to tender

Lot 1. Strategic Consenting Advisory Services

Maximum 6 suppliers

Selection criteria:

To be communicated as part of the tender notice.

Lot 2. Consenting leadership, management and DCO application & examination management services

Maximum 7 suppliers

Selection criteria:

as per lot 1.

Lot 3. Environmental Services

Lot 4. Stakeholder and Consultation Support & Advisory Services

Lot 5. Land and Property Support & Advisory Services

Maximum 6 suppliers

Selection criteria:

as per lot 1.

Award decision date (estimated)

4 May 2026

Recurring procurement

Publication date of next tender notice (estimated): 1 April 2026


Other information

Payment terms

To be communicated as part of the tender notice and documents as applicable.

Description of risks to contract performance

To be communicated as part of the tender notice and documents as applicable.


Procedure

Procedure type

Competitive flexible procedure

Special regime

Utilities

Competitive flexible procedure description

Phase 1 - RFI (selection stage) including market launch event across all lots, bidders shortlisted and invited to Phase 2 - Q1 2026

Phase 2a - RFP (proposal stage) for Lots 1, 2 and 3 - Q1-Q2 2026

Phase 2b - RFP (proposal stage) for Lots 4 and 5 - Q2-Q3 2026

Phase 3a - Potential final negotiations & submission phase (TBC) for Lots 1, 2 and 3 - Q1-Q2 2026

Phase 3b - Potential final negotiations & submission phase (TBC) for Lots 4 and 5 -Q2-Q3 2026

Phase 4a - Standstill and contract award for Lots 1, 2 and 3 - Q2 2026

Phase 4b - Standstill and contract award for Lots 4 and 5 - Q3 2026

Anglian Water Services reserves the right to review and amend this approach in line with the regulations. Any changes will be formally communicated and captured within the subsequent Tender Notice and associated Instructions to Participants.

Reduced tendering period

Yes

Pre-selected tenderers - utilities contract or not central government - minimum 10 days


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: Judith Doyle

Email: jdoyle7@anglianwater.co.uk

Region: UKH12 - Cambridgeshire CC

Organisation type: Private utility