Available Tender Opportunities
Available Tenders
-

Functional and Operational Enhancement of the 'No Deforestation' Platform for the Identification of Agricultural Areas and Land Use Dispute Resolution in Mexico
Contract summary
Industry
Financial and insurance services - 66000000
Research and development services and related consultancy services - 73000000
Business services: law, marketing, consulting, recruitment, printing and security - 79000000
Location of contract
Mexico
Value of contract
£124,000
Procurement reference
UKPACT-ED27
Published date
29 October 2025
Closing date
21 November 2025
Closing time
12pm
Contract start date
19 January 2026
Contract end date
31 December 2026
Contract type
Service contract
Procedure type
Open procedure (above threshold)
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
Yes
Description
The UK Government's Partnering for Accelerated Climate Transitions (UK PACT) programme is inviting quotations from qualified suppliers or consortia to establish and manage a responsive technical assistance facility in Mexico.
The primary objective of this initiative is to expand the agricultural scope of the "No Deforestation" platform by integrating and rigorously validating georeferenced data from producer registries. In parallel, the project will design and implement a comprehensive dispute resolution mechanism to address user concerns and enhance the credibility of the platform's outputs.
Key technical challenges to be addressed include:
• Differentiating land uses such as agroforestry crops
• Capturing increases in shrub and tree cover from revegetation or reforestation on cultivated or grazed lands
• Ensuring interoperability with other AGRICULTURA applications and institutional systems
The project aims to improve land use traceability and establish a formal dispute resolution mechanism, both of which will contribute to reducing deforestation and greenhouse gas emissions in the Agriculture, Forestry, and Other Land Use (AFOLU) sector. These outcomes will be underpinned by transparent, data-driven governance frameworks that support evidence-based decision-making.Interested suppliers are invited to review the documentation provided in the notice, and submit their applications to: expertdeployments@ukpact.co.uk
-

EcoHydro Survey & Assessment Framework
Reference - 2025-0010
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.
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.
Commercial tool
Establishes a framework
Total value (estimated)
£141,730,233 excluding VAT
£170,076,279.60 including VAT
Above the relevant threshold
Contract dates (estimated)
2 March 2026 to 2 March 2031
Possible extension to 2 March 2041
15 years, 1 day
-

Coordination of England Ecosystem Field Surveys by multiple contractors to ensure high-quality data collection and survey management.
Description
The requirement is to mobilise and schedule surveys from multiple contractors to deliver England Ecosystem Surveys consistently, and to high quality, according to Natural England's field protocols.
The requirement is to mobilise and schedule surveys from multiple contractors to deliver England Ecosystem Surveys consistently, and to high quality, according to Natural England's field protocols.
The contract would run from January 2026 - March 2028 The tasks required by the Survey Coordinator are as follows:
• Project management of survey coordination including high-level schedules (GANNT), and close management of RAID.
• Procurement and contract management of suppliers to deliver surveys. This must be done working collaboratively with Natural England and Defra to ensure transparency and value for money.
• Ensure surveyors deployed by contract suppliers have the appropriate skills and experience required by NE.
• Ensure surveyors complete comprehensive training prior to undertaking surveys (materials, online sessions and in-field training schedule all provided by NE)
• Develop survey schedule taking into consideration specific access requirements (access permission information provided by NE)
• Write to landowners to confirm when surveys will take place
• Manage logistics for deployment, management and collection of equipment between NE, and survey contractors.
• Manage in-season changes to the schedule
• Communicate with survey contractors and individual surveyor teams to resolve problems and provide feedback to improve delivery
• Track and manage the completion of surveys, including data submission and soil sample logistics with the laboratory services procured by NE separately.
• Manage dependencies between surveys, ensuring information about surveys (access information details & changes, plot decisions etc.) is being used appropriately.
More information about the NCEA (Natural Capital & Ecosystem Assessment) Programme:
The UK Government has set world-leading ambition on protecting our natural assets, internationally through the Convention of Biodiversity and domestically via the ground-breaking 25 Year Environment Plan.
Intrinsically linked to the successful delivery of Net Zero, protecting our environmental services has never been more vital. Achieving these goals is underpinned by the provision of systematic and robust evidence. For the first-time, Defra are developing a programme to deliver up-to-date, England-wide environmental data to allow for agile policy making grounded in the best available evidence - to truly understand where we are and where we need to get to.
NCEA is a transformative programme to understand the extent, condition and change over time of environmental assets across England's land and water environments, supporting the government's ambition to improve the environment within a generation. Natural England (NE) is one of several delivery partners in the NCEA Programme alongside Forest Research, Environment Agency, Joint Council for Nature Conservation and Royal Botanic Gardens Kew. The Programme is led by Defra as part of the Governments Major Projects Portfolio.
Natural England is the Government's adviser for the natural environment in England. We help to protect and restore our natural world. As part of our science and evidence activities, we are delivering several projects for the NCEA, the most significant of which is the England Ecosystem Survey.
England Ecosystem Survey (EES) is an ambitious new method of collecting environmental data. The aim of the EES is to get a true understanding of the condition of England's terrestrial environment and natural capital assets. To achieve this the survey will collect data on attributes of extent, condition and connectivity relating to habitats, vegetation and landscape features and landscape character, as well as soil physical and chemical properties and soil and water biota eDNA. It will also collect data to support Natural England's earth observation programme.
Change will be assessed through repeat surveys on a five-year cycle. There are three different types of survey, each of which takes place in the same sample of 1km monad squares, so a second key requirement is to manage the dependencies between the different surveys, and the laboratories that receive samples, to ensure there is alignment of the resulting data.
Three types of surveys take place in each field season (delivery year) on a random stratified sample of monads selected by Natural England:
• Vegetation and landscape (V&L) - surveys required on 500+ monads per year: average time to complete each survey is between 1 and 7 days for a surveyor team of two (average 3-4 days). Survey season from May to September.
• Soil sampling and assessment - surveys on the same 500 monads (but likely fewer due to dropouts after V&L): average time to complete the survey is dependent on number of plots but usually 0.5 to 1 day per plot, and 3-4 plots average per monad, surveyor teams of two. Survey season from September to March.
• Soil classification - numbers of surveys TBC but will be a sub-sample of the 500 monads: surveyors can work alone but require soil specialist knowledge. Survey season from May to March.
Contract dates (estimated)
5 January 2026 to 6 March 2028
2 years, 2 months, 2 days
Main procurement category
Services
CPV classifications
79420000 - Management-related services
71355000 - Surveying services
14212400 - Soil
73111000 - Research laboratory services
72224000 - Project management consultancy services
79421000 - Project-management services other than for construction work
Contract locations
UK - United Kingdom
-

Forest Research Field Data Collection Services: UK wide
This Dynamic Purchasing System is to establish a pool of qualified suppliers to provide field data collection services.
We invite you to register if you can cover any aspects of field data collection as follows:
•Survey work such as National Forest Inventory (NFI) and Trees Outside of Woodlands (TOW)
•The installation of surveying/monitoring equipment for our National Capital Ecosystem Assessment (NCEA) work
•Suppliers who can help with our Forest Mensuration and Production surveys (such as U18), Forest Attribute Surveys to update GIS information, collection of data from experimental sites.
If you are specifically interested in the surveying work, successful suppliers will be required to undertake surveys such as but not limited to the following examples: Woodland surveys, Forest production and Forest attribute surveys, Storm and Windblown damage survey.
We are particularly interested in suppliers who have experience using GIS technology, handheld GPS devices, field survey techniques. We would like to also have the option to explore the use of future ancillary technologies such as Uncrewed Aircraft Systems (UAS) and terrestrial based LiDAR. We do not expect all suppliers to be able to provide all services, not all of these skills will be required for each mini-competition.
Scope of Work: The field data collection services may involve the following:
•GIS Mapping & Data Collection using GIS tools to collect, record, and submit spatial data.
•Tree Species Identification: Identifying trees in the field, with a particular emphasis on those highlighted in red on the NFI tree species list.
•Woodland Surveying & Field Techniques: Conducting surveys in woodland environments, utilizing GPS, Silva compass, and other field survey equipment.
•National Vegetation Classification (NVC) & Habitat Classification: Assessing and classifying habitats using the Broad Habitat classification system and identifying Priority Habitats.
•Stakeholder Engagement & Access Permissions: Engaging with landowners and the public to explain survey objectives and where necessary, seeking access permissions for data collection.
•Independent Working & Safety: Lone working in remote and urban environments, ensuring adherence to health & safety protocols.
•Data Submission & Reporting: Accurately recording, processing, and submitting collected data using Microsoft Office applications (Excel & Word) and any relevant data systems.
-

Space Technology Solutions
Reference
RM6370
Description
Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Dynamic Market for the provision of Space Technology Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies (the full list is included below the ' Awarding Contracts' section of this notice).
The RM6370 Space Technology Solutions Dynamic Market provides civil and defence related space and geospatial requirements, including related technology, operations, data and advisory solutions (Space Technology Solutions). The Dynamic Market provides a broad scope of goods, works and/or services related to the following deliverables: satellite communications; unmanned autonomous vehicles (UxVs); geospatial and remote sensing; upstream launch services; design and manufacture; space domain awareness; space command and control; rapid deployment capability; research and development; position, navigation and timing; intelligence, surveillance and reconnaissance; sustainability; security, risk and insurance consulting. The range of goods, works and/or services is broad and intended to capture commercially viable products and services which may be 'off the shelf' or bespoke to the buyer requirement. The Dynamic Market is divided into categories, called 'Parts'. Each Part provides specific goods, works and/or services, as detailed in the Part descriptions.
The initial duration of the Dynamic Market will be six years with an optional extension of two years. An application to be appointed to the Dynamic Market, in response to this Dynamic Market Notice, can be made at any time before the End Date of the Dynamic Market.
An application can be made as a single legal entity or as a special purpose vehicle (SPV).
Please note that all members of a consortium (where an SPV has not been formed) wishing to tender for buyer contracts with reference to this Dynamic Market must submit their own separate application for appointment to the Dynamic Market.
The Conditions for Membership for this Dynamic Market Space Technology Solutions, RM6370, are detailed in this Dynamic Market Notice.
The Dynamic Market Terms of Use as provided by Crown Commercial Service, available in the Information Pack, govern the Supplier's interaction with the Dynamic Market. These Terms are additional to the Supplier's Conditions for Membership which the Supplier must satisfy to become a member of the Dynamic Market.
The process followed by buyers to award a contract with reference to this Dynamic Market is governed by section 34 of the Procurement Act 2023. Section 34 allows buyers to award a contract with reference to an 'appropriate dynamic market', provided the competitive flexible procedure is used. An appropriate dynamic market is one which covers the goods, works and/or services that the buyer wishes to purchase. Please note it is the suppliers responsibility to monitor Find a Tender service for any transparency notices published for contracts with reference to this Dynamic Market and respond accordingly.
The Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370
Dynamic market dates (estimated)
1 July 2025 to 30 July 2031
Main procurement category
Goods
Not the same for all parts
CPV classifications are shown in Part sections, because they are not the same for all parts.
Part 101. Ground Stations
Description
Equipment, technologies and infrastructure relating to ground stations for the purposes of developing and/or maintaining a gateway between the Ground Segment and the Space Segment. Enabling Ground Stations to transmit and receive instructions and data from/to satellites in space and elsewhere in the Ground Segment. This would include but not limited to, technologies to overcome atmospheric or adversarial interference, signal degradation or enable use of higher frequencies. Ground stations are also referred to as Earth stations or Earth terminals.
CPV classifications
30200000 - Computer equipment and supplies
31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
32000000 - Radio, television, communication, telecommunication and related equipment
35000000 - Security, fire-fighting, police and defence equipment
38000000 - Laboratory, optical and precision equipments (excl. glasses)
48000000 - Software package and information systems
Same for all parts
Contract dates are shown in the Scope section, because they are the same for all parts.