Scope
Reference
C28689
Description
Feasibility, Design, Supply, Installation and Maintenance of Ultrasonic River Flow Gauges 2025 This framework contract is for the design, supply, installation, and maintenance of Ultrasonic River Flow Gauges. The Environment Agency operates more than 200 ultrasonic river flow monitoring gauges which represents ~20% of the EAs flow gauge network. The gauges are used for continuous measurement of river flows for flood forecasting & warning and other FCRM outcomes, along with water resource management such as enforcing water abstraction licenses. Many of these gauges are at critical sites that control major rivers such as the Thames, Severn, Trent, Mersey and Ouse. MyBuy Ref: DEM0011038 SPOL Ref: https://defra.sharepoint.com/sites/ea-leg-cisc/EGnS/Shared Documents/Forms/AllItems.aspx?isAscending=true&id=/sites/ea-leg-cisc/EGnS/Shared Documents/Evidence/Procurement - Work Allocation/Atamis projects (LAWW)/P-36842 - DEM0011038 - Feasibility, Design, Supply, Installation and Maintenance of Ultrasonic River Flow Gauges 2025&sortField=Modified&viewid=128782c5-4a0f-4c45-b59c-cb65b95b7d1c
Total value (estimated)
- £8,000,000 excluding VAT
- £8,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 October 2025 to 1 October 2030
- 5 years, 1 day
Options
The right to additional purchases while the contract is valid.
To be considered following Market Engagement. Extension Provisions will be subject to the Authority's consideration and approval.
Main procurement category
Services
CPV classifications
- 45246000 - River regulation and flood control works
- 63700000 - Support services for land, water and air transport
Participation
This procurement is reserved for
Supported employment providers
Legal and financial capacity conditions of participation
Detailed within the Description above.
Technical ability conditions of participation
5. Eligibility & Market Engagement The Environment Agency is seeking qualified suppliers for the provision of feasibility, design, supply, installation, and maintenance of ultrasonic river flow gauges. To ensure the highest standards of service and product quality, interested suppliers must meet the following requirements and demonstrate expertise in the following areas: 1. Technical Expertise: • Proven experience in the design and implementation of ultrasonic transit time flow measurement systems. • Demonstrated capability in conducting feasibility studies for optimal gauge placement and system design. • Expertise in the latest ultrasonic flow measurement technologies and methodologies. 2. Quality and Compliance: • Adherence to international quality standards and certifications relevant to ultrasonic flow measurement systems. • Compliance with environmental regulations and standards for installation and operation. 3. Project Management: • Strong project management skills with a track record of successfully delivering similar projects on time and within budget. • Ability to provide comprehensive project plans, including timelines, milestones, and risk management strategies. 4. Supply and Installation: • Capability to supply high-quality ultrasonic flow measurement equipment and components. • Experience in the installation of ultrasonic flow gauges in diverse environmental conditions, ensuring minimal disruption to the surrounding area. 5. Maintenance and Support: • Provision of ongoing maintenance services to ensure the continuous and accurate operation of the flow measurement systems. • Availability of technical support and troubleshooting services to address any issues promptly. 6. References and Case Studies: • Submission of references and case studies from previous projects that demonstrate the supplier's expertise and successful project outcomes. • Positive feedback from previous clients regarding the supplier's performance, reliability, and quality of service.
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Publication date of tender notice (estimated)
6 June 2025
Enquiry deadline
12 May 2025, 2:00pm
Submission type
Tenders
Deadline for requests to participate
31 July 2025, 2:00pm
Submission address and any special instructions
Interested suppliers are invited to submit their expressions of interest, along with a brief statement of a maximum of 1 (one) side of A4, font size 12, demonstrating their qualifications and expertise in the (6) areas outlined above. Further details and specifications will be provided in the forthcoming tender documents. Details of any planned market engagement events, surveys, or consultation processes maybe included in any forthcoming tender documents, based on the Supplier feedback. 6. Submission & Response Details Interested suppliers are invited to register and submit their expressions of interest via the Defra eCommercial System. All procurement documents will be available for unrestricted and full direct access, free of charge, when/if the Tender is advertised at https://defra-family.force.com/s/Welcome Any questions, requests to participate in the PNN or future Tender should be submitted electronically to the following e-mail address. This address has been added to allow enquiries to be received directly. E-mail paul.butler@defra.gov.uk. The Deadline for responses for the Planned Procurement Notice (PPN) is the 12th May 2025 at 14:00 Hours (BST). 7. Future Procurement Process Please be advised that participation in the PIN is not mandatory. All Suppliers will have an opportunity to Bid for the tender if or once it is published. A formal Contract Notice will follow in Find a Tender (UK's procurement portal).
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
1 October 2025
Other information
Payment terms
In accordance with the Terms and Conditions, to be advertised at the Tender Stage of this procurement.
Description of risks to contract performance
Limited availability or interest in the Market
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
Prior Information Notice - Provision of Feasibility, Design, Supply, Installation and Maintenance of Ultrasonic Transit Time River Flow Gauges Environment Agency (EA) & Natural Resources Wales (NRW) Contact Details: • Environment Agency, Horizon House, Deanery Road, Bristol, BS1 5AH • Sam Everitt, Senior Technical Advisor, National Hydrometry Team • Email: sam.everitt@environment-agency.gov.uk. • Website: Environment Agency - GOV.UK • Defra eCommercial System at https://defra-family.force.com/s/Welcome • Commercial Enquiries Contact: Paul Butler at paul.butler@defra.gov.uk 1. Purpose of the PIN The Prior Information Notice is for early market engagement to gather interest and feedback, to give early notice of a forthcoming procurement, and a call for Expression of Interest (EOI) before a formal tender is issued. 2. Brief Description of the Opportunity The Environment Agency intends to procure services for the feasibility, design, supply, installation, and maintenance of Ultrasonic Transit Time river flow gauges for the period 2025-2030. This initiative aims to enhance the monitoring and management of river flow data, contributing to improved water resource management and flood risk assessment. The scope of the contract will include: 1. Feasibility Studies: Conducting comprehensive feasibility studies to determine the optimal locations and specifications for the installation of ultrasonic river flow gauges. 2. Design: Developing detailed designs for the ultrasonic flow measurement systems, ensuring they meet the required technical and environmental standards. 3. Supply: Providing all necessary ultrasonic flow measurement equipment and associated components. 4. Installation: Installing the ultrasonic river flow gauges at designated sites, ensuring minimal disruption to the surrounding environment. 5. Maintenance: Offering ongoing maintenance services to the existing 250 river gauges, to ensure the continuous and accurate operation of the flow measurement systems. Interested parties are invited to express their interest and provide relevant information demonstrating their capability to fulfil the requirements of this contract. Further details and specifications will be provided in the forthcoming tender documents. The contract duration will be 5 years. 3. Estimated Procurement Timeline It is anticipated that the Tender will be advertised in early summer 2025. Expected contract start date October 2025. 4. Estimated Contract Value The anticipated contract value is £8,000,000 over five years, subject to budget availability.
Contracting authorities
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS
- Public Procurement Organisation Number: PNBD-3289-CDGX
Seacole Building, 2 Marsham Street
London
SW1P 4DF
United Kingdom
Region: UKI32 - Westminster
Organisation type: Public authority - central government
ENVIRONMENT AGENCY
- Public Procurement Organisation Number: PNWW-1475-NYLN
Seacole Building, 2 Marsham Street
London
SW1P 4DF
United Kingdom
Region: UKI32 - Westminster
Organisation type: Public authority - sub-central government