Scope
Reference
C28689
Description
Procurement Overview
This procurement covers the feasibility, design, supply, installation, commissioning, and maintenance of ultrasonic transit time river flow gauges. These gauges are essential for flood warning systems and water resource management across major UK rivers.
Contract Structure
Procedure: Open Procedure under the Procurement Act 2023
Contract Type: Call-Off Contract under Mid-Tier Terms and Conditions
Duration: 3 years fixed + 2 optional 12-month extensions (maximum 5 years)
This procurement is for a Call-Off contract covering Two Lots:
- Lot 1: Feasibility, design, supply, installation, and commissioning of new ultrasonic river flow gauges.
- Lot 2: Maintenance and repair of both new and existing ultrasonic river flow gauges.
The gauges are critical for flood warning systems and water resource management, especially at high-priority sites on major rivers such as the Thames, Severn, Trent and Mersey.
Lot 1. Lot 1: Feasibility, Design, Supply, Installation, and Commissioning
Description
Lot 1: Feasibility, design, supply, installation, and commissioning of new ultrasonic river flow gauges.
The gauges are critical for flood warning systems and water resource management, especially at high-priority sites on major rivers such as the Thames, Severn, Trent, Mersey, and Ouse.
Lot 2. Lot 2: Maintenance and Repair
Description
Lot 2: Maintenance and repair of both new and existing ultrasonic river flow gauges.
The gauges are critical for flood warning systems and water resource management, especially at high-priority sites on major rivers such as the Thames, Severn, Trent, Mersey, and Ouse.
Contract 2. Nivus Limited
Lots
Lot 1. Lot 1: Feasibility, Design, Supply, Installation, and Commissioning
Lot 2. Lot 2: Maintenance and Repair
Supplier
Contract value
- £4,680,000 excluding VAT
- £5,616,000 including VAT
Above the relevant threshold
Date signed
15 December 2025
Contract dates
- 1 January 2026 to 1 January 2029
- Possible extension to 1 January 2031
- 5 years, 1 day
Description of possible extension:
All Contracts will be for 5 years, subject to approval by the Authority after 3 years - (3 Years + 1 + 1 Year Extension).
Main procurement category
Goods
Options
The right to additional purchases while the contract is valid.
All Contracts will be for 5 years, subject to approval by the Authority after 3 years - (3 Years + 1 + 1 Year Extension).
CPV classifications
- 31682210 - Instrumentation and control equipment
Key performance indicators
| Name | Description | Reporting frequency |
|---|---|---|
| Schedule 10 (Performance Levels) | Part A: Key Performance Indicators and Service Credits |
1 months |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Supplier
Nivus UK Limited
- Public Procurement Organisation Number: PBVW-9524-LQDQ
Unit 2D Middlemarch Business Park Coventry West Midlands CV3 4SU United Kingdom
Coventry
CV3 4SU
United Kingdom
Email: rob.rhyder@nivus.com
Region: UKG13 - Warwickshire
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 2. Nivus Limited
Contracting authority
ENVIRONMENT AGENCY
- Public Procurement Organisation Number: PNWW-1475-NYLN
Seacole Building, 2 Marsham Street
London
SW1P 4DF
United Kingdom
Contact name: Sam Everitt
Region: UKI32 - Westminster
Organisation type: Public authority - sub-central government
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS
Summary of their role in this procurement: Defra Group Commercial - Procurement
- Public Procurement Organisation Number: PNBD-3289-CDGX
Seacole Building, 2 Marsham Street
London
SW1P 4DF
United Kingdom
Contact name: Defra Group Commercial - Procurement
Email: dgcenquiries@defra.gov.uk
Region: UKI32 - Westminster