Tender

Contract for the Supply of Hydroacoustic River Flow Instrumentation

ENVIRONMENT AGENCY

This public procurement record has 2 releases in its history.

Tender

15 Apr 2026 at 14:03

Planning

18 Dec 2025 at 16:11

Summary of the contracting process

The Environment Agency, positioned at Seacole Building in London, is actively seeking tenders through the Department for Environment, Food and Rural Affairs for the contract titled "Contract for the Supply of Hydroacoustic River Flow Instrumentation." This procurement falls under the goods category, focusing on instrumentation and control equipment for hydroacoustic purposes, relevant to the industry of monitoring and environmental management. The tender is structured as a Competitive Flexible Procedure as per the Procurement Act 2023, and submissions must be made via the Authority’s eSourcing platform with a deadline of 12:00 PM GMT on 11 May 2026. Interested suppliers can enquire until 1 May 2026, with the final award expected by 12 June 2026.

This tender offers substantial growth opportunities for businesses specialising in hydroacoustic technology and instrumentation solutions. The framework is divided into four lots, each catering to different deployment scenarios for velocity measurement: mobile, wading, short-range fixed, and long-range fixed instruments. It is particularly suited for SMEs capable of providing highly accurate, cost-effective solutions for environmental monitoring. Participating organisations can secure a two-year contract, with the potential for a one-year extension, focusing on delivering instruments essential for flood forecasting, water resource management, and compliance with environmental regulations.

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

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 Systems

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).

Renewal: Optional 1 year extension (2+1)

Short-Range Fixed Deployment Velocity Instruments

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.

Renewal: Optional 1 year extension (2+1)

Long-Range Fixed Deployment Velocity Instruments

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.

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.

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

Contracting Authority (Buyer)

Main Buyer
ENVIRONMENT AGENCY
Additional Buyers

DEPARTMENT FOR 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

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-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"
}