Notice Information
Notice Title
Contract for the Supply of Hydroacoustic River Flow Instrumentation
Notice Description
The Authority is seeking to establish a two-year call-off framework with an optional one year extension for the supply of hydroacoustic instrumentation, associated software, and supporting services to enable accurate measurement of river discharge. Accurate river-flow data is critical to the Authorities' ability to manage water resources, understand changing river conditions, support flood forecasting, and respond effectively to incidents. The framework will cover the supply and, where required, installation support of: - Lot 1 - Mobile boat or tether-mounted velocity profilers - Lot 2 - Handheld wading measurement systems - Lot 3 - Short-range fixed-deployment velocity instruments - Lot 4 - Long-range fixed-deployment velocity instruments
Lot Information
Mobile boat or tether mounted velocity profilers
Lot 1A -- Shallow water mobile profiler Minimum mandatory capability: reliable operation in shallow water, including depths at or below 0.2 m. Suppliers shall state the tested minimum operable depth, velocity range and any limits. Lot 1B -- Deep water mobile profiler Minimum mandatory capability: reliable operation to at least 20 m depth (greater depths are acceptable). Suppliers shall state the tested maximum operable depth, velocity range and any limits.
Renewal: Optional 1 year extension (2+1)
Handheld Wading Measurement SystemsLot 2 is a single supplier Lot with no sublots. Instruments must be suitable for wading deployment at low to moderate depths (typical depths 0.05-1.0 m, or as otherwise defined).
Renewal: Optional 1 year extension (2+1)
Short-Range Fixed Deployment Velocity InstrumentsLot 3 is a single supplier Lot with no sublots. Instruments will typically be deployed in channels with widths and depths up to around 5 m; suppliers may declare wider/greater operating ranges with evidence.
Renewal: Optional 1 year extension (2+1)
Long-Range Fixed Deployment Velocity InstrumentsLot 4 is a single-supplier Lot with no sub-lots. Long-range instruments typically cover measurement distances from 5 m to 50 m or more, depending on site geometry and the supplier's proven capability.
Renewal: Optional 1 year extension (2+1)
Planning Information
We encourage interested suppliers to register their interest in this project and submit any questions via the sourcing portal or by email. Suppliers wishing to request a meeting should provide evidence of their capability to deliver this project in no more than 500 words and send it to the email address provided in this notice. Suppliers may request a meeting by 16/01/26. Meetings will be scheduled within the period from 26/01/26 to 06/02/26. Meeting slots are limited and will be offered on a first-come, first-served basis. Requests received after the deadline or when all slots have been filled may not be accommodated. To ensure productive discussions, we kindly ask suppliers to submit relevant questions in advance. All questions and answers raised during the process will be shared in the tender package. The Authority reserves the right to amend or withdraw this opportunity.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05f99c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/034304-2026
- 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
31 - Electrical machinery, apparatus, equipment and consumables; lighting
-
- CPV Codes
31682210 - Instrumentation and control equipment
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Apr 20261 weeks ago
- Submission Deadline
- 11 May 20263 weeks to go
- Future Notice Date
- 23 Jan 2026Expired
- Award Date
- Not specified
- Contract Period
- 28 Jun 2026 - 28 Jun 2028 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ENVIRONMENT AGENCY
- Additional Buyers
- 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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/034304-2026
15th April 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/084584-2025
18th December 2025 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-05f99c-2026-04-15T15:03:54+01:00",
"date": "2026-04-15T15:03:54+01:00",
"ocid": "ocds-h6vhtk-05f99c",
"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": "dgcenquiries@defra.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 FOR 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": {
"email": "dgcenquiries@defra.gov.uk"
},
"roles": [
"procuringEntity"
],
"roleDetails": "Procurement 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"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "We encourage interested suppliers to register their interest in this project and submit any questions via the sourcing portal or by email. Suppliers wishing to request a meeting should provide evidence of their capability to deliver this project in no more than 500 words and send it to the email address provided in this notice. Suppliers may request a meeting by 16/01/26. Meetings will be scheduled within the period from 26/01/26 to 06/02/26. Meeting slots are limited and will be offered on a first-come, first-served basis. Requests received after the deadline or when all slots have been filled may not be accommodated. To ensure productive discussions, we kindly ask suppliers to submit relevant questions in advance. All questions and answers raised during the process will be shared in the tender package. The Authority reserves the right to amend or withdraw this opportunity.",
"dueDate": "2026-01-23T23:59:59Z",
"status": "scheduled"
}
],
"documents": [
{
"id": "084584-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/084584-2025",
"datePublished": "2025-12-18T16:11:35Z",
"format": "text/html"
}
]
},
"tender": {
"id": "C33677",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Contract for the Supply of Hydroacoustic River Flow Instrumentation",
"description": "The Authority is seeking to establish a two-year call-off framework with an optional one year extension for the supply of hydroacoustic instrumentation, associated software, and supporting services to enable accurate measurement of river discharge. Accurate river-flow data is critical to the Authorities' ability to manage water resources, understand changing river conditions, support flood forecasting, and respond effectively to incidents. The framework will cover the supply and, where required, installation support of: - Lot 1 - Mobile boat or tether-mounted velocity profilers - Lot 2 - Handheld wading measurement systems - Lot 3 - Short-range fixed-deployment velocity instruments - Lot 4 - Long-range fixed-deployment velocity instruments",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31682210",
"description": "Instrumentation and control equipment"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31682210",
"description": "Instrumentation and control equipment"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31682210",
"description": "Instrumentation and control equipment"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31682210",
"description": "Instrumentation and control equipment"
}
],
"relatedLot": "4"
}
],
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-06-29T00:00:00+01:00",
"endDate": "2028-06-28T23:59:59+01:00",
"maxExtentDate": "2029-06-28T23:59:59+01:00"
},
"status": "active",
"title": "Mobile boat or tether mounted velocity profilers",
"description": "Lot 1A -- Shallow water mobile profiler Minimum mandatory capability: reliable operation in shallow water, including depths at or below 0.2 m. Suppliers shall state the tested minimum operable depth, velocity range and any limits. Lot 1B -- Deep water mobile profiler Minimum mandatory capability: reliable operation to at least 20 m depth (greater depths are acceptable). Suppliers shall state the tested maximum operable depth, velocity range and any limits.",
"value": {
"amountGross": 0.1,
"amount": 0.1,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
}
]
},
"hasRenewal": true,
"renewal": {
"description": "Optional 1 year extension (2+1)"
}
},
{
"id": "2",
"title": "Handheld Wading Measurement Systems",
"description": "Lot 2 is a single supplier Lot with no sublots. Instruments must be suitable for wading deployment at low to moderate depths (typical depths 0.05-1.0 m, or as otherwise defined).",
"status": "active",
"value": {
"amountGross": 0.1,
"amount": 0.1,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-06-29T00:00:00+01:00",
"endDate": "2028-06-28T23:59:59+01:00",
"maxExtentDate": "2029-06-28T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Optional 1 year extension (2+1)"
}
},
{
"id": "3",
"title": "Short-Range Fixed Deployment Velocity Instruments",
"description": "Lot 3 is a single supplier Lot with no sublots. Instruments will typically be deployed in channels with widths and depths up to around 5 m; suppliers may declare wider/greater operating ranges with evidence.",
"status": "active",
"value": {
"amountGross": 0.1,
"amount": 0.1,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-06-29T00:00:00+01:00",
"endDate": "2028-06-28T23:59:59+01:00",
"maxExtentDate": "2029-06-28T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Optional 1 year extension (2+1)"
}
},
{
"id": "4",
"title": "Long-Range Fixed Deployment Velocity Instruments",
"description": "Lot 4 is a single-supplier Lot with no sub-lots. Long-range instruments typically cover measurement distances from 5 m to 50 m or more, depending on site geometry and the supplier's proven capability.",
"status": "active",
"value": {
"amountGross": 0.1,
"amount": 0.1,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-06-29T00:00:00+01:00",
"endDate": "2028-06-28T23:59:59+01:00",
"maxExtentDate": "2029-06-28T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Optional 1 year extension (2+1)"
}
}
],
"status": "active",
"value": {
"amountGross": 0.4,
"amount": 0.4,
"currency": "GBP"
},
"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 and/or if they will need to progress into the trial stage. Stage Six - Optional Trial Stage To ensure any instruments that are new to the Authority can be seamlessly added into the network, we have included an optional trial phase. Contract award is dependent on the satisfactory completion of and success of our trial pass criteria."
},
"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": "2026-05-11T12:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-05-01T15:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-06-12T23:59:59+01:00"
},
"lotDetails": {
"awardCriteriaDetails": "Contained in the Bidder Pack"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest"
},
{
"id": "034304-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/034304-2026",
"datePublished": "2026-04-15T15:03:54+01:00",
"format": "text/html"
}
]
},
"language": "en"
}