Award

FDSIM of Ultrasonic River Flow Gauges 2025

ENVIRONMENT AGENCY

This public procurement record has 3 releases in its history.

Award

09 Jan 2026 at 15:05

Award

27 Nov 2025 at 11:04

Tender

16 Sep 2025 at 19:35

Summary of the contracting process

The Environmental Agency, in collaboration with the Department of Environment, Food, and Rural Affairs, conducted a procurement process titled "FDSIM of Ultrasonic River Flow Gauges 2025." This tender focused on procuring ultrasonic transit time river flow gauges crucial for flood warning systems and water resource management across major UK rivers. The procurement utilized an open procedure under the Procurement Act 2023 and consisted of a call-off contract with two lots covering feasibility, design, supply, installation, commissioning, maintenance, and repair of the gauges. The contract, awarded to Nivus UK Limited, is valued at approximately £4,680,000 (gross amount of £5,616,000) and spans a fixed period of three years, with options for two additional 12-month extensions, amounting to a maximum duration of five years. The procurement reached its award stage, with the contract being active from 1st January 2026 until 1st January 2029, potentially extending to 1st January 2031.

This procurement offers significant opportunities for businesses involved in environmental instrumentation and monitoring services. Companies specializing in developing and maintaining advanced measurement technologies would find this tender particularly suited to their expertise. The focus on major UK rivers like the Thames, Severn, Trent, and Mersey underscores the high demand for robust and reliable river monitoring systems. Small to medium enterprises (SMEs) in the sector, as evidenced by Nivus UK Limited's successful bid as an SME, can leverage this opportunity to expand their market presence and showcase their capabilities in delivering technologically advanced solutions critical to public safety and environmental management.

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 and Mersey.

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-059bd5
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/001953-2026
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

33 - Medical equipments, pharmaceuticals and personal care products

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

31682210 - Instrumentation and control equipment

33112200 - Ultrasonic unit

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
£4,680,000 £1M-£10M
Contracts Value
£4,680,000 £1M-£10M

Notice Dates

Publication Date
9 Jan 20261 months ago
Submission Deadline
13 Oct 2025Expired
Future Notice Date
Not specified
Award Date
4 Nov 20253 months ago
Contract Period
1 Jan 2026 - 1 Jan 2029 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active, Pending
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
ENVIRONMENT AGENCY
Additional Buyers

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

Supplier Information

Number of Suppliers
1
Supplier Name

NIVUS

Further Information

Notice Documents

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-059bd5-2026-01-09T15:05:49Z",
    "date": "2026-01-09T15:05:49Z",
    "ocid": "ocds-h6vhtk-059bd5",
    "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": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "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 - Procurement",
                "email": "dgcenquiries@defra.gov.uk"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Defra Group Commercial - Procurement",
            "details": {
                "url": "https://defra-family.force.com/s/Welcome"
            }
        },
        {
            "id": "GB-PPON-PBVW-9524-LQDQ",
            "name": "Nivus UK Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBVW-9524-LQDQ"
            },
            "address": {
                "streetAddress": "Unit 2D Middlemarch Business Park Coventry West Midlands CV3 4SU United Kingdom",
                "locality": "Coventry",
                "postalCode": "CV3 4SU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG13"
            },
            "contactPoint": {
                "email": "rob.rhyder@nivus.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PNWW-1475-NYLN",
        "name": "ENVIRONMENT AGENCY"
    },
    "tender": {
        "id": "C28689",
        "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 and Mersey.",
        "status": "complete",
        "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": "complete",
                "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": "complete",
                "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": "057142-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/057142-2025",
                "datePublished": "2025-09-16T20:35:24+01:00",
                "format": "text/html"
            }
        ]
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-PPON-PBVW-9524-LQDQ",
                        "name": "Nivus UK Limited"
                    }
                ],
                "relatedLots": [
                    "1",
                    "2"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "bids",
                "value": 1,
                "relatedLot": "2"
            },
            {
                "id": "3",
                "measure": "finalStageBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "smeFinalStageBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "5",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "6",
                "measure": "finalStageBids",
                "value": 1,
                "relatedLot": "2"
            },
            {
                "id": "7",
                "measure": "smeFinalStageBids",
                "value": 1,
                "relatedLot": "2"
            },
            {
                "id": "8",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "2"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Supply of Feasibility, Design, Supply, Installation and Maintenance (FDSIM) of Ultrasonic River Flow Gauges 2025-2030",
            "status": "pending",
            "date": "2025-11-04T00:00:00Z",
            "value": {
                "amountGross": 5616000,
                "amount": 4680000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "goods",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PBVW-9524-LQDQ",
                    "name": "Nivus UK Limited"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "33112200",
                            "description": "Ultrasonic unit"
                        }
                    ],
                    "relatedLot": "1"
                },
                {
                    "id": "2",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "33112200",
                            "description": "Ultrasonic unit"
                        }
                    ],
                    "relatedLot": "2"
                }
            ],
            "standstillPeriod": {
                "endDate": "2025-12-09T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-01-01T00:00:00Z",
                "endDate": "2029-12-31T23:59:59Z",
                "maxExtentDate": "2031-12-31T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "Each Lot will be awarded for 3 years with the option to extend for 2 additional 12-month periods. (3+1+1)"
            },
            "hasOptions": true,
            "options": {
                "description": "Each Lot will be awarded for 3 years with the option to extend for 2 additional 12-month periods. (3+1+1)"
            },
            "relatedLots": [
                "1",
                "2"
            ],
            "documents": [
                {
                    "id": "077592-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/077592-2025",
                    "datePublished": "2025-11-27T11:04:56Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-11-25T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-12-31T23:59:59Z",
                    "status": "scheduled"
                }
            ]
        },
        {
            "id": "2",
            "status": "active",
            "mainProcurementCategory": "goods",
            "suppliers": [
                {
                    "id": "GB-PPON-PBVW-9524-LQDQ",
                    "name": "Nivus UK Limited"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "31682210",
                            "description": "Instrumentation and control equipment"
                        }
                    ],
                    "relatedLot": "1"
                },
                {
                    "id": "2",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "31682210",
                            "description": "Instrumentation and control equipment"
                        }
                    ],
                    "relatedLot": "2"
                }
            ],
            "relatedLots": [
                "1",
                "2"
            ]
        }
    ],
    "contracts": [
        {
            "id": "2",
            "awardID": "2",
            "title": "Nivus Limited",
            "status": "active",
            "period": {
                "startDate": "2026-01-01T00:00:00Z",
                "endDate": "2029-01-01T23:59:59Z",
                "maxExtentDate": "2031-01-01T23:59:59Z"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "All Contracts will be for 5 years, subject to approval by the Authority after 3 years - (3 Years + 1 + 1 Year Extension)."
            },
            "hasOptions": true,
            "options": {
                "description": "All Contracts will be for 5 years, subject to approval by the Authority after 3 years - (3 Years + 1 + 1 Year Extension)."
            },
            "value": {
                "amountGross": 5616000,
                "amount": 4680000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2025-12-15T00:00:00Z",
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "Schedule 10 (Performance Levels)",
                    "description": "Part A: Key Performance Indicators and Service Credits",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 1
                            }
                        }
                    ]
                }
            ],
            "documents": [
                {
                    "id": "001953-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/001953-2026",
                    "datePublished": "2026-01-09T15:05:49Z",
                    "format": "text/html"
                }
            ]
        }
    ]
}