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