Tender

FDSIM of Ultrasonic River Flow Gauges 2025

ENVIRONMENT AGENCY

This public procurement record has 1 release in its history.

Tender

16 Sep 2025 at 19:35

Summary of the contracting process

The Environment Agency is seeking bids for the "FDSIM of Ultrasonic River Flow Gauges 2025" project, focusing on the environmental monitoring industry category. This procurement process, under an open procedure compliant with the Procurement Act 2023, is managed by the Department of Environment, Food and Rural Affairs (Defra). The contract offers a call-off arrangement covering a maximum of five years, initially for three years with the possibility of two one-year extensions. The tender includes two lots focusing on designing and maintaining ultrasonic river flow gauges crucial for flood warning and water resource management across the UK. All submissions are due by 13th October 2025 at 14:00, with inquiries ending on 6th October 2025.

This tender represents a significant business opportunity, particularly for SMEs engaged in environmental monitoring services. Companies with expertise in feasibility studies, design, supply, and installation of river flow measurement technology, as well as those skilled in maintenance and repair operations, stand to benefit. Given the contract's structure and priorities on major rivers such as the Thames, Severn, and Trent, businesses experienced in high-stakes environmental projects will find this opportunity rewarding. High technical and quality standards, accounting for 70% of the evaluation, and competitive pricing will be crucial for successful bidding.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

FDSIM of Ultrasonic River Flow Gauges 2025

Notice 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

Lot Information

Lot 1: Feasibility, Design, Supply, Installation, and Commissioning

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.

Options: 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.

Lot 2: Maintenance and Repair

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.

Options: 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-059bd4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/057141-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90711500 - Environmental monitoring other than for construction

Notice Value(s)

Tender Value
£7,800,000 £1M-£10M
Lots Value
£7,800,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Sep 20255 months ago
Submission Deadline
13 Oct 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Jan 2026 - 1 Jan 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
ENVIRONMENT AGENCY
Additional Buyers

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

Contact Name
Defra Group Commercial, Sam Everitt
Contact Email
dgcenquiries@defra.gov.uk, sam.everitt@environment-agency.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1P 4DF
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-059bd4-2025-09-16T20:35:07+01:00",
    "date": "2025-09-16T20:35:07+01:00",
    "ocid": "ocds-h6vhtk-059bd4",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PNWW-1475-NYLN",
            "name": "ENVIRONMENT AGENCY",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNWW-1475-NYLN"
            },
            "address": {
                "streetAddress": "Seacole Building, 2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "name": "Sam Everitt",
                "email": "sam.everitt@environment-agency.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://defra-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PNBD-3289-CDGX",
            "name": "DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PNBD-3289-CDGX"
            },
            "address": {
                "streetAddress": "Seacole Building, 2 Marsham Street",
                "locality": "London",
                "postalCode": "SW1P 4DF",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "name": "Defra Group Commercial",
                "email": "dgcenquiries@defra.gov.uk"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Procuring the Service on behalf of the Environment Agency",
            "details": {
                "url": "https://defra-family.force.com/s/Welcome"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PNWW-1475-NYLN",
        "name": "ENVIRONMENT AGENCY"
    },
    "tender": {
        "id": "ocds-h6vhtk-059bd4",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "FDSIM of Ultrasonic River Flow Gauges 2025",
        "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",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90711500",
                        "description": "Environmental monitoring other than for construction"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90711500",
                        "description": "Environmental monitoring other than for construction"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 9360000,
            "amount": 7800000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "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.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-10-13T14:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-10-06T14:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-11-17T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "title": "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.",
                "status": "active",
                "value": {
                    "amountGross": 6720000,
                    "amount": 5600000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Evaluation Criteria * Technical/Quality: 70%",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial (Price)",
                            "description": "Evaluation Criteria * Commercial: (Price): 30%",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-01T00:00:00Z",
                    "endDate": "2031-01-01T23:59:59Z"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                }
            },
            {
                "id": "2",
                "title": "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.",
                "status": "active",
                "value": {
                    "amountGross": 2640000,
                    "amount": 2200000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Evaluation Criteria * Technical/Quality: 70%",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial (Price)",
                            "description": "Evaluation Criteria * Commercial: (Price): 30%",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-01-01T00:00:00Z",
                    "endDate": "2031-01-01T23:59:59Z"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 1,
            "maximumLotsAwardedPerSupplier": 1,
            "awardCriteria": {
                "description": "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."
            }
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "057141-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/057141-2025",
                "datePublished": "2025-09-16T20:35:07+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}