Tender

Hydrometry & Telemetry Site and Asset Maintenance 2026-2030

  • Natural Resources Wales

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-006901

Procurement identifier (OCID): ocds-h6vhtk-060f2a

Published 27 January 2026, 9:25am



Scope

Reference

project_61309

Description

NRW is intending to award a framework agreement to contractors that can carry out a range of maintenance activities at its Hydrometric sites situated across Wales. This is for both planned and reactive maintenance work. All work within the area stated will be defined by separate plans and schedules, dependant on the type of work required. The work can generally be sub-divided into four main categories:

1. In river gravel management- Seasonal between April and October, as and when

required

2. Planned Seasonal Grass Cutting between April and October

3. Eel Pass Maintenance - Planned Seasonal between April and October

4. Asset and Site Maintenance Requirements - As and when required

Contractors must be able to carry out all aspects of this work.

The purpose of the requirement is to provide NRW Hydrometry and Telemetry teams with the resource to manage the general maintenance programme of works at the Hydrometric sites across Wales.

Commercial tool

Establishes a framework

Total value (estimated)

  • £1,400,000 excluding VAT
  • £1,680,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 June 2026 to 30 May 2030
  • 3 years, 11 months, 30 days

Main procurement category

Services

CPV classifications

  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services
  • 77314000 - Grounds maintenance services

Contract locations

  • UKL - Wales

Lot constraints

Maximum number of lots a supplier can bid for: 1

Maximum number of lots a supplier can be awarded: 1

Description of how multiple lots may be awarded:

Suppliers may apply for one lot only Suppliers can be awarded only one lot.


Lot Lot1. Lot 1 North Wales sites

Description

The full range of services in the specification to be delivered in the North geographical Lot area, in accordance with NRW map (refer to tender documents)

Lot value (estimated)

  • £700,000 excluding VAT
  • £840,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot Lot2. Lot 2 South Wales sites

Description

The full range of services in the specification to be delivered in the South geographical Lot area, in accordance with NRW map (refer to tender documents)

Lot value (estimated)

  • £700,000 excluding VAT
  • £840,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

2

Maximum percentage fee charged to suppliers

0%

Further information about fees

n/a

Framework operation description

This will be a multi lot Framework with a single supplier appointment in each geographical lot area:

• North Wales - one supplier to be appointed.

• South Wales - one supplier to be appointed.

NRW Contract Managers may therefore allocate work without further competition to the appropriate supplier for the operational area - North or South.

This Framework is main procurement route for NRW to source Hydrometry and Telemetry site and asset maintenance services

Award method when using the framework

Without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Legal and financial capacity conditions of participation

Lot Lot1. Lot 1 North Wales sites

Lot Lot2. Lot 2 South Wales sites

In accordance with the Conditions of Participation

Technical ability conditions of participation

Lot Lot1. Lot 1 North Wales sites

Lot Lot2. Lot 2 South Wales sites

Relevant NPTC or CPCS Certifications as per Specification

Waste Carrier Licence

Previous experience of similar contract to be demonstrated

Capacity to deliver the services

Particular suitability

Lot Lot1. Lot 1 North Wales sites

Lot Lot2. Lot 2 South Wales sites

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

10 February 2026, 5:00pm

Submission type

Requests to participate

Deadline for requests to participate

17 February 2026, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

  • Welsh
  • English

Suppliers to be invited to tender

Lot Lot1. Lot 1 North Wales sites

Lot Lot2. Lot 2 South Wales sites

4 suppliers per lot

Selection criteria:

per lot

Award decision date (estimated)

5 May 2026

Recurring procurement

Publication date of next tender notice (estimated): 23 January 2030


Award criteria

Lot Lot1. Lot 1 North Wales sites

This table contains award criteria for this lot
Name Description Type Weighting
Costs of delivering the planned maintenance schedule

Suppliers to be scored on a schedule of rates of key resources to deliver planned and reactive maintenance over the course of the framework

Cost 50.00%
Technical Criteria - as per tender documents

Delivery model, risk management and work management to be demonstrated. Refer to tender documents

Quality 40.00%
Well-being Impacts

Supplier's current and future initiatives to reduce emissions and pollution in the delivery of their services

Quality 10.00%

Lot Lot2. Lot 2 South Wales sites

This table contains award criteria for this lot
Name Description Type Weighting
Costs of delivering the planned maintenance schedule

Suppliers to be scored on a schedule of rates of key resources to deliver planned and reactive maintenance over the course of the framework

Cost 50.00%
Technical Criteria - as per tender documents

Delivery model, risk management and work management to be demonstrated. Refer to tender documents

Quality 40.00%
Well-being Impacts

Supplier's current and future initiatives to reduce emissions and pollution in their operation

Quality 10.00%

Other information

Payment terms

See tender documents

Description of risks to contract performance

See tender documents

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

This is a 2 stage process:

Stage 1: Invitation to participate - commenced with the issuing of this tender notice. The Tender Pack includes a Wales Procurement Specific Questionnaire (WPSQ) which all Suppliers who wish to take part in this procurement procedure are required to complete and return in accordance with the Procurement Timetable and instructions within this document. Stage 1 documents can be found on the etender Wales portal https://etenderwales.ukp.app.jaggaer.com/web/login.shtml under project_61309 and associated pqq_33823. The assessment of these responses will identify up to 4 Suppliers per lot to be invited to participate in Stage 2.

Stage 2 : Invitation to submit a final tender

Stage 1 will complete with Suppliers being notified in writing of whether or not they have been successfully shortlisted to participate in Stage 2. Suppliers not invited to Stage 2 will be provided with a written explanation of the reasons why they have not been shortlisted to participate in Stage 2. Stage 2 will include a mandatory site visit to example job sites (one in North Wales one in South Wales).

Justification for not publishing a preliminary market engagement notice

Requirement and approach unchanged form previous procurement


Documents

Documents to be provided after the tender notice


Contracting authority

Natural Resources Wales

  • Public Procurement Organisation Number: PBBR-3628-MPRN

Welsh Government Offices Cathays Park

Cardiff

CF10 3NQ

United Kingdom

Region: UKL22 - Cardiff and Vale of Glamorgan

Organisation type: Public authority - sub-central government

Devolved regulations that apply: Wales