Tender

Gas Analysers for Automatic Air Quality Monitoring Networks 2025

ENVIRONMENT AGENCY

This public procurement record has 3 releases in its history.

TenderUpdate

24 Jun 2025 at 14:31

Tender

27 May 2025 at 10:37

Planning

30 Apr 2025 at 11:08

Summary of the contracting process

The Environment Agency is seeking to procure gas analysers for its Automatic Air Quality Monitoring Networks in 2025. This procurement is conducted as a Competitive Flexible Procedure, involving several stages from participation conditions to a trial phase. This active tender, titled "Gas Analysers for Automatic Air Quality Monitoring Networks 2025," falls under the industry category of analysers (CPV code 38434000) and is considered above threshold with a gross value of £1.2 million. The procurement encompasses three lots: NO and NO2 instruments, SO2 analysers, and Ozone analysers, essential for monitoring air quality across various zones in the UK. Interested suppliers must submit their proposals via the Authority’s eSourcing platform by 3rd July 2025. The buyer is the Environment Agency, supported by the Department for Environment, Food & Rural Affairs based in London. The procurement stage is currently active, with awards expected by 24th October 2025, and contract periods starting on 1st November 2025.

This tender offers significant opportunities for businesses specialising in environmental monitoring technology and equipment. Small and medium enterprises (SMEs) particularly stand to benefit due to the procurement's suitability for these entities, as evidenced by the eligibility for participation. Companies with innovative, compliant solutions for air monitoring and prior experience in quality control and assurance for environmental data are well-positioned to compete. Participation could lead to long-term collaboration with government agencies, providing a platform for growth within the public sector and enhancing reputation alongside seasoned incumbents like Bureau Veritas and Ricardo AEA. The opportunity to supply equipment for a vast network such as the UK Automatic Urban and Rural Network (AURN) underscores the potential market reach and impact for the winning bidders.

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

Gas Analysers for Automatic Air Quality Monitoring Networks 2025

Notice Description

The Environment Agency work to create better places for people and wildlife and support sustainable development. EA is an executive non-departmental body, sponsored by the Department for Environment, Food and Rural Affairs. For further information please visit Environment Agency - GOV.UK (Environment Agency - GOV.UK (www.gov.uk). The UK Automatic Urban and Rural Network (AURN) is the Environment Agency's compliance network for the reporting of pollutant concentrations the Air Quality Directive (AQD) 2008/50/EC. This was transposed by respective Air Quality Standard Regulations across the UK and the Devolved Administrations. The network provides measurements of a range of pollutants including Particulate size fractions (PM10 and PM2.5) and the following gases: oxides of nitrogen (NOX) (analysers that measure Nitrogen Monoxide (NO) and nitrogen dioxide (NO2)), ozone (O3), sulphur dioxide (SO2) and carbon monoxide (CO). Further details of the current network are available on http://uk-air.defra.gov.uk/. The Environment Agency on behalf of the Department for Environment, Food and Rural Affairs (Defra), Affiliated Local Authorities and Devolved Administrations is seeking to procure 4 gas analysers to measure the following gases: oxides of nitrogen (NOX), nitrogen dioxide (NO2), ozone (O3) and sulphur dioxide (SO2). The gas analysers will in general be used on the UK's largest Air Quality Monitoring Network the AURN and the associated Automatic London Network (ALN). The AURN and ALN currently consists of 158 NOX analysers, 92 O3 analysers, 28 SO2 and 7 CO analysers. These primarily consist of many Environment Agency owned instruments; however, some are owned by Local Authorities. The AURN is managed by two Central Management and Control Units (CMCUs). The current incumbent contractor is Bureau Veritas who manages the national CMCU, and the London CMCU known as the ALN. The CMCU contractors work together with a Quality Assurance and Quality Control (QAQC) teams operated by Ricardo AEA and NPL under contract to the Agency. These organisations have responsibility for commissioning, overseeing site changes and installations to ensure the delivery of data to meet legislative compliance requirements and to inform the general public on air pollution quality across the 48 UK air quality zones. The Environment Agency requires the supply and installation of the following air quality monitoring instruments: * Lot 1 - NOx and NO2 analyser which is compliant or equivalent with "BS EN 14211:2012 Ambient Air Quality" which uses the standard method for the measurement of the concentration of nitrogen dioxide and nitrogen monoxide by Chemiluminescent. * Lot 2 - SO2 analyser which is compliant or equivalent with "BS EN 14212:2012 Ambient Air Quality" which uses the standard method for the measurement of the concentration of sulphur dioxide by ultra-violet fluorescence. * Lot 3 - Ozone analyser which is compliant or equivalent with "BS EN 14625:2012 Ambient Air Quality" which uses the standard method for the measurement of the concentration of ozone by ultraviolet photometry.

Lot Information

NO and NO2 instrument

A NO and NO2 instrument which is compliant or equivalent with "BS EN 14211:2012 Ambient Air Quality" which states that "standard method for the measurement of the concentration of nitrogen dioxide and nitrogen monoxide by Chemiluminescent"

SO2 analyser

An SO2 analyser which is compliant or equivalent with "BS EN 14212:2012 Ambient Air Quality" which states that "standard method for the measurement of the concentration of sulphur dioxide by ultra-violet fluorescence".

Ozone analyser

An Ozone analyser which is compliant or equivalent with "BS EN 14625:2012 Ambient Air Quality" which states that "standard method for the measurement of the concentration of ozone by ultraviolet photometry'.

Planning Information

F01:PIN https://www.find-tender.service.gov.uk/Notice/019939-2024 II.1.4) Short description The Environment Agency requires the supply and installation of the following air quality monitoring instruments: • NOx and NO2 analyser which is compliant or equivalent with “BS EN 14211:2012 Ambient Air Quality” which uses the standard method for the measurement of the concentration of nitrogen dioxide and nitrogen monoxide by Chemiluminescent. • SO2 analyser which is compliant or equivalent with “BS EN 14212:2012 Ambient Air Quality” which uses the standard method for the measurement of the concentration of sulphur dioxide by ultra-violet fluorescence.  • Ozone analyser which is compliant or equivalent with “BS EN 14625:2012 Ambient Air Quality” which uses the standard method for the measurement of the concentration of ozone by ultraviolet photometry.  Approximately 23 NOx, 2 SO2 and 30 O3 analysers will be required before 31st March 2025. If you have an interest in this requirement please get in touch with the procurement team, no later than close on Friday 12th July 2024, at: DGC-LAWW-buyer@defra.gov.uk The team are interested in gaining some information from the market, so any interested party will receive a questionnaire by email with some commercial and technical questions. This will be sent w/c 15th July 2024.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-050a0f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/034805-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)


CPV Codes

38434000 - Analysers

Notice Value(s)

Tender Value
£1
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 Jun 20258 months ago
Submission Deadline
3 Jul 2025Expired
Future Notice Date
8 May 2025Expired
Award Date
Not specified
Contract Period
1 Nov 2025 - 31 Oct 2030 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 FOR ENVIRONMENT FOOD & RURAL AFFAIRS

Contact Name
DgC
Contact Email
procurement@defra.gov.uk
Contact Phone
03459335577

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-050a0f-2025-06-24T15:31:16+01:00",
    "date": "2025-06-24T15:31:16+01:00",
    "ocid": "ocds-h6vhtk-050a0f",
    "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": {
                "email": "procurement@defra.gov.uk",
                "telephone": "03459335577"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://defra-family.force.com/s/Welcome",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthorityCentralGovernment",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PNBD-3289-CDGX",
            "name": "Department for Environment Food & 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": "DgC",
                "email": "procurement@defra.gov.uk",
                "telephone": "03459335577"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Procurement facilitated via Defra Group Commercial",
            "details": {
                "url": "https://defra-family.force.com/s/Welcome"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PNWW-1475-NYLN",
        "name": "Environment Agency"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "F01:PIN https://www.find-tender.service.gov.uk/Notice/019939-2024 II.1.4) Short description The Environment Agency requires the supply and installation of the following air quality monitoring instruments: * NOx and NO2 analyser which is compliant or equivalent with \"BS EN 14211:2012 Ambient Air Quality\" which uses the standard method for the measurement of the concentration of nitrogen dioxide and nitrogen monoxide by Chemiluminescent. * SO2 analyser which is compliant or equivalent with \"BS EN 14212:2012 Ambient Air Quality\" which uses the standard method for the measurement of the concentration of sulphur dioxide by ultra-violet fluorescence. * Ozone analyser which is compliant or equivalent with \"BS EN 14625:2012 Ambient Air Quality\" which uses the standard method for the measurement of the concentration of ozone by ultraviolet photometry. Approximately 23 NOx, 2 SO2 and 30 O3 analysers will be required before 31st March 2025. If you have an interest in this requirement please get in touch with the procurement team, no later than close on Friday 12th July 2024, at: DGC-LAWW-buyer@defra.gov.uk The team are interested in gaining some information from the market, so any interested party will receive a questionnaire by email with some commercial and technical questions. This will be sent w/c 15th July 2024.",
                "dateMet": "2024-07-12T00:00:00+01:00",
                "status": "met"
            }
        ],
        "documents": [
            {
                "id": "017935-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/017935-2025",
                "datePublished": "2025-04-30T12:08:51+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "C28897",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Gas Analysers for Automatic Air Quality Monitoring Networks 2025",
        "description": "The Environment Agency work to create better places for people and wildlife and support sustainable development. EA is an executive non-departmental body, sponsored by the Department for Environment, Food and Rural Affairs. For further information please visit Environment Agency - GOV.UK (Environment Agency - GOV.UK (www.gov.uk). The UK Automatic Urban and Rural Network (AURN) is the Environment Agency's compliance network for the reporting of pollutant concentrations the Air Quality Directive (AQD) 2008/50/EC. This was transposed by respective Air Quality Standard Regulations across the UK and the Devolved Administrations. The network provides measurements of a range of pollutants including Particulate size fractions (PM10 and PM2.5) and the following gases: oxides of nitrogen (NOX) (analysers that measure Nitrogen Monoxide (NO) and nitrogen dioxide (NO2)), ozone (O3), sulphur dioxide (SO2) and carbon monoxide (CO). Further details of the current network are available on http://uk-air.defra.gov.uk/. The Environment Agency on behalf of the Department for Environment, Food and Rural Affairs (Defra), Affiliated Local Authorities and Devolved Administrations is seeking to procure 4 gas analysers to measure the following gases: oxides of nitrogen (NOX), nitrogen dioxide (NO2), ozone (O3) and sulphur dioxide (SO2). The gas analysers will in general be used on the UK's largest Air Quality Monitoring Network the AURN and the associated Automatic London Network (ALN). The AURN and ALN currently consists of 158 NOX analysers, 92 O3 analysers, 28 SO2 and 7 CO analysers. These primarily consist of many Environment Agency owned instruments; however, some are owned by Local Authorities. The AURN is managed by two Central Management and Control Units (CMCUs). The current incumbent contractor is Bureau Veritas who manages the national CMCU, and the London CMCU known as the ALN. The CMCU contractors work together with a Quality Assurance and Quality Control (QAQC) teams operated by Ricardo AEA and NPL under contract to the Agency. These organisations have responsibility for commissioning, overseeing site changes and installations to ensure the delivery of data to meet legislative compliance requirements and to inform the general public on air pollution quality across the 48 UK air quality zones. The Environment Agency requires the supply and installation of the following air quality monitoring instruments: * Lot 1 - NOx and NO2 analyser which is compliant or equivalent with \"BS EN 14211:2012 Ambient Air Quality\" which uses the standard method for the measurement of the concentration of nitrogen dioxide and nitrogen monoxide by Chemiluminescent. * Lot 2 - SO2 analyser which is compliant or equivalent with \"BS EN 14212:2012 Ambient Air Quality\" which uses the standard method for the measurement of the concentration of sulphur dioxide by ultra-violet fluorescence. * Lot 3 - Ozone analyser which is compliant or equivalent with \"BS EN 14625:2012 Ambient Air Quality\" which uses the standard method for the measurement of the concentration of ozone by ultraviolet photometry.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38434000",
                        "description": "Analysers"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38434000",
                        "description": "Analysers"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38434000",
                        "description": "Analysers"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "value": {
            "amountGross": 1.2,
            "amount": 1,
            "currency": "GBP"
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-01T00:00:00Z",
                    "endDate": "2030-10-31T23:59:59Z"
                },
                "status": "active",
                "title": "NO and NO2 instrument",
                "description": "A NO and NO2 instrument which is compliant or equivalent with \"BS EN 14211:2012 Ambient Air Quality\" which states that \"standard method for the measurement of the concentration of nitrogen dioxide and nitrogen monoxide by Chemiluminescent\"",
                "value": {
                    "amountGross": 0.6,
                    "amount": 0.5,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "SO2 analyser",
                "description": "An SO2 analyser which is compliant or equivalent with \"BS EN 14212:2012 Ambient Air Quality\" which states that \"standard method for the measurement of the concentration of sulphur dioxide by ultra-violet fluorescence\".",
                "status": "active",
                "value": {
                    "amountGross": 0.3,
                    "amount": 0.25,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-01T00:00:00Z",
                    "endDate": "2030-10-31T23:59:59Z"
                }
            },
            {
                "id": "3",
                "title": "Ozone analyser",
                "description": "An Ozone analyser which is compliant or equivalent with \"BS EN 14625:2012 Ambient Air Quality\" which states that \"standard method for the measurement of the concentration of ozone by ultraviolet photometry'.",
                "status": "active",
                "value": {
                    "amountGross": 0.3,
                    "amount": 0.25,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-01T00:00:00Z",
                    "endDate": "2030-10-31T23:59:59Z"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-05-08T23:59:59+01:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This procurement is being conducted as a Competitive Flexible Procedure in accordance with the Procurement Act 2023. Completion and submission of all documents will be conducted via the Authority's eSourcing system. There will be six stages as follows: Stage One/Two - Conditions of Participation At this stage of the procurement Tenderers will be asked to submit their Procurement Specific Questionnaire and the response to the Conditions of Participation. 1. Conditions of Participation and Procurement Specific Questionnaire Tenderers must complete a series of questions to allow the Authority to confirm their eligibility to participate in the competition, together with core supplier information, additional exclusions and debarment information. 2. Form of Tender Suppliers must upload their Form of Tender otherwise their submission will not be considered. Tenderers will not progress to the Technical Response stage if they do not pass these stages. Stage Three/Four - Tender Stage 3. Technical Response Tenderers must respond to a series of technical questions as outlined on the Authority's eSourcing system. Responses will be evaluated as described in this document and the Authority's eSourcing system. If Tenderers fail to meet any minimum scoring requirements, they will be eliminated from the competition and not progress to having their Commercial Response assessed. 4. Commercial Response Tenderers must complete the commercial envelope as detailed on the Authority's eSourcing system. Responses will be evaluated as described in this document and the Authority's eSourcing system. Stage Five - Final Score Scores from the technical and commercial sections will be added together to arrive at a total weighted score. The most advantageous tenders for each lot will be the Tenderers with the highest final scores. Tenderers will be notified about whether they have been successful in progressing to the next stage (trial phase). Stage Six - Trial To ensure any new analyser models purchased can be seamlessly added into the AURN network, we have included a trial phase. Contract award is dependent on the satisfactory completion of and success of our trial pass criteria. Rental of two instruments will be required to conduct a working trial. The trial will be a minimum of one month, maximum three months, after delivery so the two instruments can be tested by our Quality Assurance contractor."
        },
        "submissionMethodDetails": "https://atamis-9529.my.site.com/s/Welcome Submissions must be made via the Authority's eSourcing platform.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-07-03T15:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2025-06-19T15:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2025-10-24T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "Submissions must be made via the Authority's eSourcing platform",
                "url": "https://atamis-9529.my.site.com/s/Welcome"
            },
            {
                "id": "027663-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/027663-2025",
                "datePublished": "2025-05-27T11:37:24+01:00",
                "format": "text/html"
            },
            {
                "id": "034805-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/034805-2025",
                "datePublished": "2025-06-24T15:31:16+01:00",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "034805-2025",
                "description": "Updated submission deadline date"
            }
        ]
    },
    "language": "en"
}