Planning

Major Infrastructure Delivery Framework

  • ANGLIAN WATER SERVICES LIMITED

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

Notice identifier: 2025/S 000-079196

Procurement identifier (OCID): ocds-h6vhtk-05ed97 (view related notices)

Published 3 December 2025, 9:56am



Scope

Reference

2025 0187

Description

Anglian Water Services Limited intends to establish a Major Infrastructure Delivery Framework agreement to support the delivery of its capital investment in the East of England, necessary for adaptations to climate change and anticipated population growth.

This Major Infrastructure Delivery Framework will provide for an integrated and collaborative partner, and enable flexible call-offs to deliver selected programmes and projects successfully, achieving outcomes to enable Anglian Water to meet the needs of our customers, stakeholders, shareholders, investors and the specific outcomes required by the regulator. While achieving the highest levels of safety, health and wellbeing in the delivery of its works.

The Major Infrastructure Delivery Framework will set out the broad scope of capabilities that may be required over the life of the agreement, being that of early contractor involvement (ECI) advisory services, design, construction and CDM (Principal Designer and Principal Contractor) duties. Initial projects to be delivered by this framework include programmes of work related to Coastal Waters Improvements Works and will consist of grey and green civils work, process technology and storage.

All dates provided are estimates - subject to further development.

Commercial tool

Establishes a framework

Total value (estimated)

  • £1,500,000,000 excluding VAT
  • £1,800,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 28 July 2026 to 27 July 2031
  • Possible extension to 27 July 2036
  • 10 years

Description of possible extension:

The framework agreement is structured with an initial term of 5 years, commencing July 2026, with the option to extend by up to 5 years, subject to business need and supplier performance. This allows for a maximum total duration of 10 years, ending no later than July 2036.

Main procurement category

Works

CPV classifications

  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 45240000 - Construction work for water projects
  • 45252100 - Sewage-treatment plant construction work
  • 45252120 - Water-treatment plant construction work
  • 65100000 - Water distribution and related services
  • 71317200 - Health and safety services
  • 71322200 - Pipeline-design services
  • 71520000 - Construction supervision services
  • 71530000 - Construction consultancy services
  • 71540000 - Construction management services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 79415200 - Design consultancy services
  • 90712000 - Environmental planning

Contract locations

  • UKF - East Midlands (England)
  • UKH - East of England

Submission

Publication date of tender notice (estimated)

29 January 2026

Submission type

Requests to participate

Deadline for requests to participate

27 February 2026, 11:59pm

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

3 July 2026


Procedure

Procedure type

Competitive flexible procedure

Special regime

Utilities

Competitive flexible procedure description

A staged procurement exercise will comprise:

A Request for Information (RFI) to seek information by means of targeted questions to understand capability, capacity and experience related to the different aspects of Anglian Water's requirements.

Responses to the RFI will be evaluated and shortlisted in accordance with the criteria set out within the RFI documentation, and only suppliers that are shortlisted will be invited to submit a Request for Proposal (RFP).

The RFP is to be used to evaluate and understand how suppliers intend to deliver the requirements to Anglian Water and the associated costs. This stage may include interviews and site sites, as well as a written response.

RFP elements will be evaluated in accordance with the criteria set out within the RFP documentation to determine an overall RFP evaluation score.

Anglian Water's decision to award will be made on the basis of the most advantageous tender.

Full details of the process that will be followed are provided within the RFI and RFP documents.

Reduced tendering period

Yes

Qualifying planned procurement notice - 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

Region: UKH12 - Cambridgeshire CC

Organisation type: Private utility