Scope
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
Contract dates (estimated)
- 4 May 2026 to 3 May 2029
- 3 years
Main procurement category
Goods
CPV classifications
- 31682210 - Instrumentation and control equipment
Contract locations
- UK - United Kingdom
Engagement
Engagement deadline
23 January 2026
Engagement process 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.
Participation
Particular suitability
Small and medium-sized enterprises (SME)
Contracting authority
ENVIRONMENT AGENCY
- Public Procurement Organisation Number: PNWW-1475-NYLN
Seacole Building, 2 Marsham Street
London
SW1P 4DF
United Kingdom
Email: ella.liu@defra.gov.uk
Region: UKI32 - Westminster
Organisation type: Public authority - sub-central government
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS
Summary of their role in this procurement: procurement facilitated via DEFRA Group Commercial
- Public Procurement Organisation Number: PNBD-3289-CDGX
Seacole Building, 2 Marsham Street
London
SW1P 4DF
United Kingdom
Email: ella.liu@defra.gov.uk
Region: UKI32 - Westminster