EcoHydro Survey & Assessment Framework

A Tender Notice
by ANGLIAN WATER SERVICES LIMITED

Source
Find a Tender
Type
Framework (Services)
Duration
5 year
Value
£283M-£142M
Sector
ENVIRONMENT
Published
23 Jun 2025
Delivery
02 Mar 2026 to 02 Mar 2031
Deadline
n/a

Concepts

Location

North East England:

Geochart for 1 buyers and 0 suppliers

1 buyer

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 £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.

Lot Division

1 Ecology Surveys and Assessments (Enabling/Environment)
  • Value: £142M

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 … 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.

2 Hydrological Surveys and Assessments (Enabling/Environment)
  • Value: £142M

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. … 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.

Renewal Options

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.

Award Criteria

Quality _
Price _

CPV Codes

  • 71313000 - Environmental engineering consultancy 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
  • 34513550 - Survey vessels
  • 34513750 - Light vessels
  • 71312000 - Structural engineering consultancy services
  • 71351920 - Oceanography and hydrology services
  • 71351923 - Bathymetric surveys services
  • 71353100 - Hydrographic surveying services

Indicators

  • Options are available.
  • Renewals are available.

Other Information

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. ** PREVIEW NOTICE, please check Find a Tender for full details. **

Reference

Domains