Scope
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, Mersey, and Ou
Total value (estimated)
- £7,800,000 excluding VAT
- £9,360,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 January 2026 to 1 January 2031
- 5 years, 1 day
Options
The right to additional purchases while the contract is valid.
The contract will run a for 3 year fixed period with 2 further 12 months extensions possible, totalling 5 years maximum. The costs will be fixed for the first 3 years and after this point will be adjusted at the Services Producer Price Index (SPPI) rate from the annual anniversary of the contract until the contract ends.
Main procurement category
Services
CPV classifications
- 90711500 - Environmental monitoring other than for construction
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:
The supplier with the highest overall score for both quality and price (Total of Columns 1, 2 and 3) in each Lot will win the evaluation. You can bid for both Lots, or an individual Lot. If bidding for one Lot you must be able to support the winning supplier for the other Lot with spare parts at the prices submitted in your bid.
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 value (estimated)
- £5,600,000 excluding VAT
- £6,720,000 including VAT
Same for all lots
CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.
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.
Lot value (estimated)
- £2,200,000 excluding VAT
- £2,640,000 including VAT
Same for all lots
CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.
Participation
Particular suitability
Lot 1. Lot 1: Feasibility, Design, Supply, Installation, and Commissioning
Lot 2. Lot 2: Maintenance and Repair
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
6 October 2025, 2:00pm
Tender submission deadline
13 October 2025, 2:00pm
Submission address and any special instructions
Responses must be submitted via the Atamis eSourcing portal.
The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome
Any questions, requests to participate or tender submissions must be submitted electronically via this portal.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
17 November 2025
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Technical | Evaluation Criteria • Technical/Quality: 70% |
Quality | 70.00% |
Commercial (Price) | Evaluation Criteria • Commercial: (Price): 30% |
Price | 30.00% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
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: Procuring the Service on behalf of the Environment Agency
- Public Procurement Organisation Number: PNBD-3289-CDGX
Seacole Building, 2 Marsham Street
London
SW1P 4DF
United Kingdom
Contact name: Defra Group Commercial
Email: dgcenquiries@defra.gov.uk
Region: UKI32 - Westminster