Tender

FDSIM of Ultrasonic River Flow Gauges 2025

  • ENVIRONMENT AGENCY

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

Notice identifier: 2025/S 000-057142

Procurement identifier (OCID): ocds-h6vhtk-059bd5

Published 16 September 2025, 8:35pm



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

This table contains award criteria for this lot
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

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

Website: https://defra-family.force.com/s/Welcome

Region: UKI32 - Westminster


Contact organisation

Contact ENVIRONMENT AGENCY for any enquiries.