Buyer Name: ANGLIAN WATER SERVICES LIMITED
Buyer Address: Lancaster House Lancaster Way, Huntingdon, UKH12, PE29 6XU, United Kingdom
Contact Name: Sarah Higgins
Contact Email: suppliersupport@anglianwater.co.uk
Buyer Name: ANGLIAN WATER SERVICES LIMITED
Buyer Address: Lancaster House Lancaster Way, Huntingdon, UKH12, PE29 6XU, United Kingdom
Contact Name: Sarah Higgins
Contact Email: suppliersupport@anglianwater.co.uk
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.
No linked documents found for this notice.
External Link: https://esourcing.scanmarket.com/SupplierRegistration/NewSupplier?eventId=753868&ccsum=5c9a274890d5684a43a5fda4ae2d6fe8
Link 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.
External Link: https://www.find-tender.service.gov.uk/Notice/034492-2025
Link Description: Tender notice on Find a Tender
Lot Title: Ecology Surveys and Assessments (Enabling/Environment)
Lot 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 1 Status: active
Lot 1 Has Options: Yes
Lot 1 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.
Lot 1 Value: GBP 141,730,233.00
Lot 1 Value (Gross): GBP 170,076,279.60
Lot 1 Contract Start: 2026-03-02T00:00:00Z
Lot 1 Contract End: 2031-03-02T23:59:59Z
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Quality (65%)
Lot 1 Award Criterion (price): Price (35%)
Lot Title: Hydrological Surveys and Assessments (Enabling/Environment)
Lot 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 2 Status: active
Lot 2 Has Options: Yes
Lot 2 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.
Lot 2 Value: GBP 141,730,233.00
Lot 2 Value (Gross): GBP 170,076,279.60
Lot 2 Contract Start: 2026-03-02T00:00:00Z
Lot 2 Contract End: 2031-03-02T23:59:59Z
Lot 2 SME Suitable: Yes
Lot 2 Award Criterion (quality): Quality (65%)
Lot 2 Award Criterion (price): Price (35%)
Document Description: Not published
Document 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.
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-COH-02366656",
"name": "ANGLIAN WATER SERVICES LIMITED"
},
"date": "2025-06-23T16:18:32+01:00",
"id": "034492-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-055202",
"parties": [
{
"additionalIdentifiers": [
{
"id": "PMZW-7779-DCNZ",
"scheme": "GB-PPON"
}
],
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Huntingdon",
"postalCode": "PE29 6XU",
"region": "UKH12",
"streetAddress": "Lancaster House Lancaster Way"
},
"contactPoint": {
"email": "suppliersupport@anglianwater.co.uk",
"name": "Sarah Higgins"
},
"details": {
"classifications": [
{
"description": "Private utility",
"id": "privateUtility",
"scheme": "UK_CA_TYPE"
}
],
"url": "http://www.anglianwater.co.uk"
},
"id": "GB-COH-02366656",
"identifier": {
"id": "02366656",
"scheme": "GB-COH"
},
"name": "ANGLIAN WATER SERVICES LIMITED",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2026-02-09T23:59:59Z"
},
"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\u0027s Enabling and Environmental programmes, including WINEP, Quality, Environmental, and Biodiversity Net Gain (BNG) initiatives.\nEstimated Value:\nThe total estimated value of the framework is up to \u00a347 million for the AMP. Individual call-off contracts are expected to vary in value, with many anticipated to fall within the \u00a310,000-\u00a3250,000 range. Only a small number of larger projects may exceed this.\nDuration of Framework:\nUp to 15 years (initial term of 5 years, with two optional extensions of 5 years each).\nScope of Services:\nThe framework will cover the supply of:\nPre-construction ecological and hydrological surveys for capital projects (e.g. reservoirs, desalination plants)\nEnvironmental assessments to support planning, permitting, and regulatory compliance, Data collection, analysis, and reporting aligned with WFD, BNG, and other statutory requirements.\nDelivery Requirements:\nServices must be delivered across Anglian Water\u0027s 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.\nFramework Structure:\n2 lots- Ecology and Hydrology\nEach single-lot has two delivery pathways:\nPathway 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.\nPathway 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.\nSuppliers may apply for either or both pathways. Subcontracting between awarded suppliers is permitted only with prior approval from Anglian Water.\nAdditional Information:\nAnglian Water encourages participation from SMEs and will provide support throughout the tender process.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"description": "Accessing Tender Documents\nAll procurement documents related to this procurement will be made available through Anglian Water\u0027s online e-sourcing platform, Scanmarket. Interested suppliers must access the event via the public events page or through their individual profile dashboard.\nTo participate:\nLog 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.\nNavigate to your profile page and ensure all requested questionnaires are completed and up to date. Incomplete profiles may prevent further participation in the event.\nYou will find access to all Scanmarket events you are registered for under the \"Dashboard\" tab.\nIf you are unable to access scanmarket event please use the quick call functionality on Scanmarket website.",
"documentType": "biddingDocuments",
"id": "L-1",
"url": "https://esourcing.scanmarket.com/SupplierRegistration/NewSupplier?eventId=753868\u0026ccsum=5c9a274890d5684a43a5fda4ae2d6fe8"
},
{
"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.\nA presentation to bidders is scheduled for after the launch of this tender notice and is provisionally scheduled, further details as per the guidance document.",
"documentType": "biddingDocuments",
"id": "future"
},
{
"datePublished": "2025-06-23T16:18:32+01:00",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "034492-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/034492-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-07-16T23:59:59+01:00"
},
"expressionOfInterestDeadline": "2025-07-28T23:59:59+01:00",
"id": "2025-0010",
"items": [
{
"additionalClassifications": [
{
"description": "Environmental engineering consultancy services",
"id": "71313000",
"scheme": "CPV"
},
{
"description": "Technical testing, analysis and consultancy services",
"id": "71600000",
"scheme": "CPV"
},
{
"description": "Monitoring and control services",
"id": "71700000",
"scheme": "CPV"
},
{
"description": "Consulting services for water-supply and waste consultancy",
"id": "71800000",
"scheme": "CPV"
},
{
"description": "Environmental services",
"id": "90700000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH"
}
],
"id": "1",
"relatedLot": "1"
},
{
"additionalClassifications": [
{
"description": "Survey vessels",
"id": "34513550",
"scheme": "CPV"
},
{
"description": "Light vessels",
"id": "34513750",
"scheme": "CPV"
},
{
"description": "Structural engineering consultancy services",
"id": "71312000",
"scheme": "CPV"
},
{
"description": "Environmental engineering consultancy services",
"id": "71313000",
"scheme": "CPV"
},
{
"description": "Oceanography and hydrology services",
"id": "71351920",
"scheme": "CPV"
},
{
"description": "Bathymetric surveys services",
"id": "71351923",
"scheme": "CPV"
},
{
"description": "Hydrographic surveying services",
"id": "71353100",
"scheme": "CPV"
},
{
"description": "Technical testing, analysis and consultancy services",
"id": "71600000",
"scheme": "CPV"
},
{
"description": "Monitoring and control services",
"id": "71700000",
"scheme": "CPV"
},
{
"description": "Consulting services for water-supply and waste consultancy",
"id": "71800000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKC"
},
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH"
}
],
"id": "2",
"relatedLot": "2"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"numbers": [
{
"number": 65,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Price",
"numbers": [
{
"number": 35,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2031-03-02T23:59:59Z",
"maxExtentDate": "2041-03-02T23:59:59Z",
"startDate": "2026-03-02T00:00:00Z"
},
"description": "Ecology\nThis lot covers the provision of ecological survey and assessment services to support Anglian Water\u0027s 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.\nScope of Services Includes (but is not limited to):\nBaseline ecological surveys (e.g. Phase 1 habitat, protected species, invasive species)\nBiodiversity Net Gain (BNG) metric calculations and monitoring\nEcological Impact Assessments (EcIA) and input to Environmental Impact Assessments (EIA)\nPost-construction ecological monitoring and reporting\nSupport for statutory consultation and planning submissions\nData analysis, GIS mapping, and reporting in line with regulatory and project-specific requirements\nDelivery Requirements:\nServices must be delivered across Anglian Water\u0027s operational regions, including Hartlepool, Lincoln, Ruthamford, Norfolk, and Essex.\nSuppliers must be capable of working under NEC4 Professional Services Contracts and Anglian Water Services terms and Conditions and Purchase Order Agreements.\nAll services must be delivered in accordance with relevant UK legislation, including the Environment Act 2021 and BNG regulations, and align with Anglian Water\u0027s internal policies and procedures.\nEstimated Value and Duration:\nThe estimated value of the Ecology lot is included within the overall framework value of an estimated \u00a312-\u00a343 million exclusive of VAT) over a maximum term of 15 years (5+5+5).\nIndividual call-off contracts are expected to range from \u00a310,000 to \u00a3250,000, with occasional higher-value assignments.\nSupply Model:\nServices will be allocated via direct award or mini-competition, based on supplier capability, regional coverage, performance, and value for money.\nRates submitted at framework award will be fixed for the first two years, with provisions for review thereafter.",
"hasOptions": true,
"hasRenewal": true,
"id": "1",
"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:\nAdditional Surveys and Assessments: As required by changes in environmental legislation, planning conditions, or enabling works, including but not limited to:\nProtected species surveys\nInvasive species monitoring\nWater quality and sediment sampling\nMarine and estuarine habitat assessments\nBiodiversity Net Gain (BNG) metric updates\nPost-construction ecological monitoring\nGeographic Expansion: Inclusion of additional operational areas or project sites within or adjacent to Anglian Water\u0027s existing regions (Lincoln, Ruthamford, Norfolk, Essex) where environmental or hydrological input is required.\nProgramme 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.\nRegulatory Response: Adjustments to scope in response to updates in the Environment Act 2021, Water Framework Directive (WFD), or other statutory requirements.\nTechnology and Innovation: Adoption of new and emerging technologies to enhance the quality, efficiency, and environmental value of survey and assessment services. This may include:\nRemote sensing and drone-based data capture\nAI-assisted habitat classification and species identification\nReal-time hydrological monitoring systems\nDigital twin modelling for environmental impact forecasting\nIntegration of GIS and BIM for spatial analysis and reporting\nAll options will be exercised in accordance with the terms of the framework and subject to performance, commercial viability, and business need."
},
"renewal": {
"description": "Description of Extensions:\nThe 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.\nExtensions may be exercised under the following circumstances:\nContinued requirement for ecological and hydrological survey services to support Anglian Water\u0027s capital delivery and environmental programmes;\nDemonstrated supplier performance against agreed Key Performance Indicators (KPIs), including Health \u0026 Safety, Quality, Commercial Value, and Delivery;\nEffective collaboration with the Pan Alliance and alignment with evolving regulatory and programme requirements (e.g. WINEP, BNG, NSIPs);\nPerformance will be monitored through regular commercial reviews, scorecards, and NEC4 works orders."
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Ecology Surveys and Assessments (Enabling/Environment)",
"value": {
"amount": 141730233.0,
"amountGross": 170076279.6,
"currency": "GBP"
}
},
{
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"numbers": [
{
"number": 65,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"name": "Price",
"numbers": [
{
"number": 35,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2031-03-02T23:59:59Z",
"maxExtentDate": "2041-03-02T23:59:59Z",
"startDate": "2026-03-02T00:00:00Z"
},
"description": "Hydrology\nThis lot covers the provision of hydrological survey and assessment services to support Anglian Water\u0027s 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.\n In addition, they will support a range of environmental monitoring programmes, including:\nMonitoring 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.\nMore specifically the Scope of Services Includes (but is not limited to):\nBaseline hydrological surveys (e.g. river flow measurements, groundwater level monitoring, water quality sampling)\nFlood risk assessments and modelling\nHydrological Impact Assessments (HIA) and input to Environmental Impact Assessments (EIA)\nPost-construction hydrological monitoring and reporting\nSupport for statutory consultation and planning submissions\nData analysis, GIS mapping, and reporting in line with regulatory and project-specific requirements.\nDelivery Requirements:\nServices must be delivered across Anglian Water\u0027s operational regions, including Hartlepool, Lincoln, Ruthamford, Norfolk, and Essex.\nSuppliers must be capable of working under NEC4 Professional Services Contracts and Anglian Water terms and conditions and Purchase Order Agreements.\nAll 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\u0027s internal policies and procedures.\nEstimated Value and Duration:\nThe estimated value of the Hydrology lot is included within the overall framework value of an estimated \u00a33-\u00a315 million (exclusive of VAT) over a maximum term of 15 years (5+5+5).\nIndividual call-off contracts are expected to range from \u00a310,000 to \u00a3250,000, with occasional higher-value assignments.\nSupply Model:\nServices will be allocated via direct award or mini-competition, based on supplier capability, regional coverage, performance, and value for money.\nRates submitted at framework award will be fixed for the first two years, with provisions for review thereafter.",
"hasOptions": true,
"hasRenewal": true,
"id": "2",
"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:\nAdditional Surveys and Assessments: As required by changes in environmental legislation, planning conditions, or enabling works, including but not limited to:\nProtected species surveys\nInvasive species monitoring\nWater quality and sediment sampling\nMarine and estuarine habitat assessments\nBiodiversity Net Gain (BNG) metric updates\nPost-construction ecological monitoring\nGeographic Expansion: Inclusion of additional operational areas or project sites within or adjacent to Anglian Water\u0027s existing regions (Lincoln, Ruthamford, Norfolk, Essex) where environmental or hydrological input is required.\nProgramme 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.\nRegulatory Response: Adjustments to scope in response to updates in the Environment Act 2021, Water Framework Directive (WFD), or other statutory requirements.\nTechnology and Innovation: Adoption of new and emerging technologies to enhance the quality, efficiency, and environmental value of survey and assessment services. This may include:\nRemote sensing and drone-based data capture\nAI-assisted habitat classification and species identification\nReal-time hydrological monitoring systems\nDigital twin modelling for environmental impact forecasting\nIntegration of GIS and BIM for spatial analysis and reporting\nAll options will be exercised in accordance with the terms of the framework and subject to performance, commercial viability, and business need."
},
"renewal": {
"description": "Description of Extensions:\nThe 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.\nExtensions may be exercised under the following circumstances:\nContinued requirement for ecological and hydrological survey services to support Anglian Water\u0027s capital delivery and environmental programmes;\nDemonstrated supplier performance against agreed Key Performance Indicators (KPIs), including Health \u0026 Safety, Quality, Commercial Value, and Delivery;\nEffective collaboration with the Pan Alliance and alignment with evolving regulatory and programme requirements (e.g. WINEP, BNG, NSIPs);\nPerformance will be monitored through regular commercial reviews, scorecards, and NEC4 works orders."
},
"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
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"title": "Hydrological Surveys and Assessments (Enabling/Environment)",
"value": {
"amount": 141730233.0,
"amountGross": 170076279.6,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"participationFees": [
{
"description": "Maximum number of suppliers is stated in the guidance document and is not unlimited.",
"id": "ocds-h6vhtk-055202",
"type": [
"win"
]
}
],
"procedure": {
"features": "Description of Procurement Exercise\nThis 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. \nThe Procurement Exercise shall be conducted in a number of stages: \nStage 1: Request For Information (RFI)\nStage 2: Request For Proposal (RFP):\n2A\t RFP Written Responses\n2B Negotiation Including terms and conditions\n2C Best and Final (If used)\nStage 3: Contract Award\nAnglian Water reserves the right to shortlist at any point during the Procurement Exercise \nNote - 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\nFurther information is provided in the bidder guidance document."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"riskDetails": "The following risks have been identified as potentially affecting the successful delivery of this contract:\nSupplier Resourcing Constraints\nSuppliers 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.\nProgramme Dependencies and Authorisations\nCertain 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.\nRegulatory and Environmental Compliance\nThe 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.\nSuppliers 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.",
"specialRegime": [
"utilities"
],
"status": "active",
"submissionMethodDetails": "https://esourcing.scanmarket.com/SupplierRegistration/NewSupplier?eventId=753868\u0026ccsum=5c9a274890d5684a43a5fda4ae2d6fe8",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"techniques": {
"frameworkAgreement": {
"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.\nContracts will be awarded through two primary mechanisms:\nDirect Award: For lower-value or time-sensitive requirements, where a supplier has demonstrated strong performance, availability, and regional suitability.\nMini-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.\nAllocation of business will be managed through a structured process that considers:\nGeographic coverage and capacity to deliver services in Anglian Water\u0027s operational regions (Lincoln, Ruthamford, Norfolk, Essex)\nPerformance against KPIs, including Health \u0026 Safety, Quality, Delivery, and Commercial Value\nSupplier availability and responsiveness\nCommercial competitiveness, assessed through pricing schedules and mini-competition outcomes\nFor B Pathway Regions:\nContingency for Regional Gaps:\nIn the event that no supplier is available or able to deliver services in a specific operational region, Anglian Water reserves the right to:\nReallocate the requirement to a supplier from a neighbouring or adjacent region, subject to their capacity and agreement;\nConduct a targeted mini-competition among all framework suppliers to identify an alternative provider;\nAnglian Water reserve the right to remove the regional split;\nInitiate a separate procurement process outside the framework if no suitable supplier is available within the existing agreement.",
"method": "withAndWithoutReopeningCompetition",
"type": "closed"
},
"hasFrameworkAgreement": true
},
"title": "EcoHydro Survey \u0026 Assessment Framework",
"value": {
"amount": 141730233.0,
"amountGross": 170076279.6,
"currency": "GBP"
}
}
}