Notice Information
Notice Title
Contract for the acoustic supply of hydrometric river flow instrumentation
Notice Description
The Environment Agency's Hydrometry teams monitor water quantity across rivers, streams, lakes, and groundwater aquifers. Hydroacoustic instruments are used to measure water discharge in these environments. A hydroacoustic contract is required to secure specialist services and equipment that utilise sound in water to achieve objectives not feasible with other technologies. Area Hydrometry and Telemetry teams purchase and operate these instruments, with technical support and procurement guidance provided by the National Hydrometry team. The Environment Agency has selected hydroacoustic instruments as a highly accurate, long-term, and cost-effective solution for measuring water. These instruments support both routine measurements and long-term monitoring programmes, which are critical for: Trend Analysis - Tracking changes in river flows, lake levels, and groundwater over time to understand hydrological patterns. Flood Risk Management - Providing accurate discharge data to improve flood forecasting and early warning systems. Climate Resilience - Assessing the impact of climate change on water resources and informing adaptation strategies. Regulatory Compliance - Meeting statutory obligations for water quantity reporting and supporting environmental legislation. Infrastructure Planning - Supplying data for water resource management, reservoir operations, and sustainable development. The instruments fall into three main categories: Mobile profiling instruments Waded point-velocity instruments Fixed-deployment profiling instruments To facilitate procurement and ensure continuity of long-term monitoring, the Environment Agency intends to establish commercial agreements for a fixed three-year period covering the following lots: 1. Mobile acoustic profiling instrument 0-20m depth 2. Mobile acoustic multipoint velocity waded instrument 0-1m depth 3. Short range fixed velocity profiling instrument 0-5m 4. Long range fixed velocity profiling instrument 0-100m
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/084584-2025
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- UK2 - Preliminary Market Engagement Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- 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
- 18 Dec 20252 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- 23 Jan 2026Expired
- Award Date
- Not specified
- Contract Period
- 3 May 2026 - 3 May 2029 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planning
- Lots Status
- Planning
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ENVIRONMENT AGENCY
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- ella.liu@defra.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
Further Information
Notice Documents
-
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-2025-12-18T16:11:35Z",
"date": "2025-12-18T16:11:35Z",
"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": "ella.liu@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 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": {
"email": "ella.liu@defra.gov.uk"
},
"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": "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": "ocds-h6vhtk-05f99c",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Contract for the acoustic supply of hydrometric river flow instrumentation",
"description": "The Environment Agency's Hydrometry teams monitor water quantity across rivers, streams, lakes, and groundwater aquifers. Hydroacoustic instruments are used to measure water discharge in these environments. A hydroacoustic contract is required to secure specialist services and equipment that utilise sound in water to achieve objectives not feasible with other technologies. Area Hydrometry and Telemetry teams purchase and operate these instruments, with technical support and procurement guidance provided by the National Hydrometry team. The Environment Agency has selected hydroacoustic instruments as a highly accurate, long-term, and cost-effective solution for measuring water. These instruments support both routine measurements and long-term monitoring programmes, which are critical for: Trend Analysis - Tracking changes in river flows, lake levels, and groundwater over time to understand hydrological patterns. Flood Risk Management - Providing accurate discharge data to improve flood forecasting and early warning systems. Climate Resilience - Assessing the impact of climate change on water resources and informing adaptation strategies. Regulatory Compliance - Meeting statutory obligations for water quantity reporting and supporting environmental legislation. Infrastructure Planning - Supplying data for water resource management, reservoir operations, and sustainable development. The instruments fall into three main categories: Mobile profiling instruments Waded point-velocity instruments Fixed-deployment profiling instruments To facilitate procurement and ensure continuity of long-term monitoring, the Environment Agency intends to establish commercial agreements for a fixed three-year period covering the following lots: 1. Mobile acoustic profiling instrument 0-20m depth 2. Mobile acoustic multipoint velocity waded instrument 0-1m depth 3. Short range fixed velocity profiling instrument 0-5m 4. Long range fixed velocity profiling instrument 0-100m",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31682210",
"description": "Instrumentation and control equipment"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-05-04T00:00:00+01:00",
"endDate": "2029-05-03T23:59:59+01:00"
},
"status": "planning"
}
],
"status": "planning"
},
"language": "en"
}