Tender

EcoHydro Survey & Assessment Framework

ANGLIAN WATER SERVICES LIMITED

This public procurement record has 1 release in its history.

Tender

23 Jun 2025 at 15:18

Summary of the contracting process

Anglian Water Services Limited is seeking to establish a multi-supplier framework for the provision of Ecological and Hydrological Surveys and Assessments, crucial to its Enabling and Environmental programmes. This procurement, titled "EcoHydro Survey & Assessment Framework," is at the tender stage with a selective competitive flexible procedure in place. The estimated value of this framework can reach up to £47 million over a potential duration of up to 15 years. The project encompasses a wide range of services necessary for environments such as terrestrial, marine, coastal, and estuarine, and will be delivered across regions including Hartlepool, Lincoln, Ruthamford, Norfolk, and Essex. The deadline for expressions of interest is 28 July 2025, with an anticipated award date in February 2026.

The framework presents significant business growth opportunities, especially for companies specialising in environmental engineering consultancy, technical testing, and consulting services for water-supply and waste management. SMEs are encouraged to participate, as Anglian Water offers support throughout the tendering process. The framework includes two lots, Ecology Surveys and Hydrological Surveys, each with distinct delivery pathways to cater to varying project complexities. With possibilities for both direct awards and mini-competitions, businesses capable of delivering high-quality, compliance-focused services under NEC4 contracts may find this a strategically beneficial opportunity. Businesses with capabilities in modern ecological and hydrological survey techniques, including remote sensing, digital modelling, and AI-assisted services, will be particularly well-suited to compete for this contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

EcoHydro Survey & Assessment Framework

Notice 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 PS47 million for the AMP. Individual call-off contracts are expected to vary in value, with many anticipated to fall within the PS10,000-PS250,000 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.

Lot Information

Ecology Surveys and Assessments (Enabling/Environment)

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 PS12-PS43 million exclusive of VAT) over a maximum term of 15 years (5+5+5). Individual call-off contracts are expected to range from PS10,000 to PS250,000, 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.

Options: 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.

Renewal: 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.

Hydrological Surveys and Assessments (Enabling/Environment)

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 PS3-PS15 million (exclusive of VAT) over a maximum term of 15 years (5+5+5). Individual call-off contracts are expected to range from PS10,000 to PS250,000, 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.

Options: 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.

Renewal: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-055202
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/034492-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

71 - Architectural, construction, engineering and inspection services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

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

90700000 - Environmental services

Notice Value(s)

Tender Value
£141,730,233 £100M-£1B
Lots Value
£141,730,233 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
23 Jun 20258 months ago
Submission Deadline
16 Jul 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
2 Mar 2026 - 2 Mar 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ANGLIAN WATER SERVICES LIMITED
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
HUNTINGDON
Postcode
PE29 6XU
Post Town
Peterborough
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH4 Cambridgeshire and Peterborough
Small Region (ITL 3)
TLH42 Cambridgeshire CC
Delivery Location
TLC North East (England), TLH East (England)

Local Authority
Huntingdonshire
Electoral Ward
Huntingdon North
Westminster Constituency
Huntingdon

Further Information

Notice Documents

  • https://www.find-tender.service.gov.uk/Notice/034492-2025
    23rd June 2025 - Tender notice on Find a Tender
  • 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.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-055202-2025-06-23T16:18:32+01:00",
    "date": "2025-06-23T16:18:32+01:00",
    "ocid": "ocds-h6vhtk-055202",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-02366656",
            "name": "ANGLIAN WATER SERVICES LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "02366656"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PMZW-7779-DCNZ"
                }
            ],
            "address": {
                "streetAddress": "Lancaster House Lancaster Way",
                "locality": "Huntingdon",
                "postalCode": "PE29 6XU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH12"
            },
            "contactPoint": {
                "name": "Sarah Higgins",
                "email": "suppliersupport@anglianwater.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.anglianwater.co.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "privateUtility",
                        "description": "Private utility"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-02366656",
        "name": "ANGLIAN WATER SERVICES LIMITED"
    },
    "tender": {
        "id": "2025-0010",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "EcoHydro Survey & Assessment Framework",
        "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 PS47 million for the AMP. Individual call-off contracts are expected to vary in value, with many anticipated to fall within the PS10,000-PS250,000 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.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71313000",
                        "description": "Environmental engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71600000",
                        "description": "Technical testing, analysis and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71700000",
                        "description": "Monitoring and control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71800000",
                        "description": "Consulting services for water-supply and waste consultancy"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34513550",
                        "description": "Survey vessels"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34513750",
                        "description": "Light vessels"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71312000",
                        "description": "Structural engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313000",
                        "description": "Environmental engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351920",
                        "description": "Oceanography and hydrology services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71351923",
                        "description": "Bathymetric surveys services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71353100",
                        "description": "Hydrographic surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71600000",
                        "description": "Technical testing, analysis and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71700000",
                        "description": "Monitoring and control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71800000",
                        "description": "Consulting services for water-supply and waste consultancy"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 170076279.6,
            "amount": 141730233,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "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."
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "utilities"
        ],
        "aboveThreshold": true,
        "participationFees": [
            {
                "id": "ocds-h6vhtk-055202",
                "type": [
                    "win"
                ],
                "description": "Maximum number of suppliers is stated in the guidance document and is not unlimited."
            }
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "method": "withAndWithoutReopeningCompetition",
                "type": "closed",
                "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."
            }
        },
        "submissionMethodDetails": "https://esourcing.scanmarket.com/SupplierRegistration/NewSupplier?eventId=753868&ccsum=5c9a274890d5684a43a5fda4ae2d6fe8",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-07-28T23:59:59+01:00",
        "enquiryPeriod": {
            "endDate": "2025-07-16T23:59:59+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-02-09T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "title": "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 PS12-PS43 million exclusive of VAT) over a maximum term of 15 years (5+5+5). Individual call-off contracts are expected to range from PS10,000 to PS250,000, 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.",
                "status": "active",
                "value": {
                    "amountGross": 170076279.6,
                    "amount": 141730233,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 65,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 35,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-03-02T00:00:00Z",
                    "endDate": "2031-03-02T23:59:59Z",
                    "maxExtentDate": "2041-03-02T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                }
            },
            {
                "id": "2",
                "title": "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 PS3-PS15 million (exclusive of VAT) over a maximum term of 15 years (5+5+5). Individual call-off contracts are expected to range from PS10,000 to PS250,000, 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.",
                "status": "active",
                "value": {
                    "amountGross": 170076279.6,
                    "amount": 141730233,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "numbers": [
                                {
                                    "number": 65,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 35,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Suppliers will be invited to tender for this lot, shortlisted based on responses to the RFI. The final number of invitees will be determined by the quality of expressions of interest received, up to the maximum specified in the guidance document.",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-03-02T00:00:00Z",
                    "endDate": "2031-03-02T23:59:59Z",
                    "maxExtentDate": "2041-03-02T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "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."
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "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.",
                "url": "https://esourcing.scanmarket.com/SupplierRegistration/NewSupplier?eventId=753868&ccsum=5c9a274890d5684a43a5fda4ae2d6fe8"
            },
            {
                "id": "future",
                "documentType": "biddingDocuments",
                "accessDetails": "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."
            },
            {
                "id": "034492-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/034492-2025",
                "datePublished": "2025-06-23T16:18:32+01:00",
                "format": "text/html"
            }
        ],
        "riskDetails": "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."
    },
    "language": "en"
}