Notice Information
Notice Title
Integrated Platform for Networks
Notice Description
YW seek an integrated platform as managing separate, disconnected systems for each functionality creates operational inefficiencies, increases the risk of data gaps, and complicates timely decision-making. Having all required capabilities within a single, unified solution ensures a holistic view of the network, seamless data flow between modules, and faster, more effective operational responses. The integrated platform must deliver all of the following functionalities within a single, unified solution (not as separate modules across different, disconnected systems): - Blockage Prediction: Identifies early signs of potential blockages within the wastewater network, based on abnormal patterns detected through flow or level data. This enables proactive maintenance to prevent incidents before customer impact or pollution occurs. - Network Spill Forecasting: Estimates the likelihood of network spills based on rainfall, capacity, and system behaviour. The goal is to trigger early operational interventions to avoid environmental non-compliance and reduce pollution events. - Pumping Station: Tracks pump activity across the network, identifying underperformance, abnormal operation, or potential failures. This helps improve operational visibility, reduce downtime, and support asset efficiency. - Customer Sewer Alarm (CSA): Provides alerting mechanisms in customer-facing parts of the network where issues such as blockages or overflows could lead to property flooding. It allows for early warnings before customers are affected using both digital and analog pressure data. - Burst Rising Main Detection: Assure accurate burst detection to prevent and reduce the impact of pollution from pressurised sewage mains; - Excess Water Detection: Detects excess water entering the wastewater network from sea, river, ground or misconnected rainwater, causing spills, damage and inefficiencies. The platform must be fully developed and commercially available. For clarity this means the product is not in early-stage development, not unproven, and not awaiting first deployment or first operational results. The solution must have already demonstrated successful outcomes with other water companies, preferably within the UK and particularly with other WASCs. The platform must be capable of integrating with core utility systems (e.g., SCADA, telemetry, SAP, GIS) and must meet minimum interoperability requirements to interpret data from devices and sensors currently deployed in our network.
Planning Information
Yorkshire Water is undertaking a market engagement exercise in relation to the potential procurement of an integrated digital platform to support wastewater (and potentially water) network operations. The market engagement will run from 11 September 2025 until 25 September 2025 at 17:00 (UK time). Suppliers wishing to participate are invited to submit their expressions of interest and access further information by contacting Marta Jalles at marta.jalles@yorkshirewater.co.uk
Procurement Information
Yorkshire Water conducted a market engagement exercise, for which a Market Engagement Notice (2025/S 000-055964) dated 11 September 2025 was published, to which 10 companies submitted responses. This market engagement exercise was carried out to understand whether there were suppliers capable of delivering a single, fully-integrated platform covering the six required functionalities/modules (blockage prediction, network spill forecasting, pumping station, customer sewer alarm, burst rising main detection and excess water detection). The solution needed to be commercially available, already deployed with proven outcomes in other water companies (particularly UK WASCs) and ready for immediate use rather than still in development or awaiting first implementation. This is as Yorkshire Water are prioritising mitigation of the risks in implementation and risks of poor outcomes. The engagement demonstrated that no supplier, other than the proposed contractor, was able to provide all required capabilities within one integrated platform with proven operational benefits. Other suppliers could only offer partial coverage, standalone modules, solutions still under development, or platforms without sufficient evidence of successful implementation in comparable UK networks. As a result, a competitive tendering process would not generate genuine competition. For these reasons, a direct award is justified a feasible route to securing the required integrated solution with proven performance, interoperability with our systems, and readiness for deployment.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0598ea
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/069876-2025
- Current Stage
- Award
- All Stages
- Planning, Award
Procurement Classification
- Notice Type
- UK5 - Transparency Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Direct
- Procurement Method Details
- Direct award
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
72 - IT services: consulting, software development, Internet and support
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
48150000 - Industrial control software package
72222300 - Information technology services
90400000 - Sewage services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- £8,000,000 £1M-£10M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Oct 20253 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- 25 Sep 2025Expired
- Award Date
- 30 Oct 20253 months ago
- Contract Period
- 1 Dec 2025 - 30 Nov 2028 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Pending
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- YORKSHIRE WATER SERVICES LIMITED
- Contact Name
- Not specified
- Contact Email
- marta.jalles@yorkshirewater.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- BRADFORD
- Postcode
- BD6 2SZ
- Post Town
- Bradford
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE41 Bradford
- Delivery Location
- Not specified
-
- Local Authority
- Bradford
- Electoral Ward
- Royds
- Westminster Constituency
- Bradford South
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/069876-2025
30th October 2025 - Transparency notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/055964-2025
11th September 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-0598ea-2025-10-30T16:45:31Z",
"date": "2025-10-30T16:45:31Z",
"ocid": "ocds-h6vhtk-0598ea",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-02366682",
"name": "YORKSHIRE WATER SERVICES LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "02366682"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PXGT-3622-WXBQ"
}
],
"address": {
"streetAddress": "Western House",
"locality": "Bradford",
"postalCode": "BD6 2SZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKE41"
},
"contactPoint": {
"email": "marta.jalles@yorkshirewater.co.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "privateUtility",
"description": "Private utility"
}
]
}
},
{
"id": "GB-COH-NI649408",
"name": "STORMHARVESTER LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "NI649408"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PTTN-2563-DMWG"
}
],
"address": {
"streetAddress": "Suite 4, Floor 3, Meadow House,",
"locality": "Belfast",
"postalCode": "BT1 3NR",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN06"
},
"contactPoint": {
"email": "info@stormharvester.com"
},
"roles": [
"supplier"
],
"details": {
"url": "http://stormharvester.com",
"scale": "sme",
"vcse": false
}
}
],
"buyer": {
"id": "GB-COH-02366682",
"name": "YORKSHIRE WATER SERVICES LIMITED"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Yorkshire Water is undertaking a market engagement exercise in relation to the potential procurement of an integrated digital platform to support wastewater (and potentially water) network operations. The market engagement will run from 11 September 2025 until 25 September 2025 at 17:00 (UK time). Suppliers wishing to participate are invited to submit their expressions of interest and access further information by contacting Marta Jalles at marta.jalles@yorkshirewater.co.uk",
"dueDate": "2025-09-25T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "055964-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/055964-2025",
"datePublished": "2025-09-11T16:48:45+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "ocds-h6vhtk-0598ea",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Integrated Platform for Networks",
"description": "YW seek an integrated platform as managing separate, disconnected systems for each functionality creates operational inefficiencies, increases the risk of data gaps, and complicates timely decision-making. Having all required capabilities within a single, unified solution ensures a holistic view of the network, seamless data flow between modules, and faster, more effective operational responses. The integrated platform must deliver all of the following functionalities within a single, unified solution (not as separate modules across different, disconnected systems): - Blockage Prediction: Identifies early signs of potential blockages within the wastewater network, based on abnormal patterns detected through flow or level data. This enables proactive maintenance to prevent incidents before customer impact or pollution occurs. - Network Spill Forecasting: Estimates the likelihood of network spills based on rainfall, capacity, and system behaviour. The goal is to trigger early operational interventions to avoid environmental non-compliance and reduce pollution events. - Pumping Station: Tracks pump activity across the network, identifying underperformance, abnormal operation, or potential failures. This helps improve operational visibility, reduce downtime, and support asset efficiency. - Customer Sewer Alarm (CSA): Provides alerting mechanisms in customer-facing parts of the network where issues such as blockages or overflows could lead to property flooding. It allows for early warnings before customers are affected using both digital and analog pressure data. - Burst Rising Main Detection: Assure accurate burst detection to prevent and reduce the impact of pollution from pressurised sewage mains; - Excess Water Detection: Detects excess water entering the wastewater network from sea, river, ground or misconnected rainwater, causing spills, damage and inefficiencies. The platform must be fully developed and commercially available. For clarity this means the product is not in early-stage development, not unproven, and not awaiting first deployment or first operational results. The solution must have already demonstrated successful outcomes with other water companies, preferably within the UK and particularly with other WASCs. The platform must be capable of integrating with core utility systems (e.g., SCADA, telemetry, SAP, GIS) and must meet minimum interoperability requirements to interpret data from devices and sensors currently deployed in our network.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48150000",
"description": "Industrial control software package"
},
{
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
},
{
"scheme": "CPV",
"id": "90400000",
"description": "Sewage services"
}
],
"relatedLot": "1"
}
],
"mainProcurementCategory": "services",
"specialRegime": [
"utilities"
],
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-03-01T00:00:00Z",
"endDate": "2029-02-28T23:59:59Z"
},
"status": "complete"
}
],
"status": "complete",
"procurementMethod": "direct",
"procurementMethodDetails": "Direct award",
"procurementMethodRationale": "Yorkshire Water conducted a market engagement exercise, for which a Market Engagement Notice (2025/S 000-055964) dated 11 September 2025 was published, to which 10 companies submitted responses. This market engagement exercise was carried out to understand whether there were suppliers capable of delivering a single, fully-integrated platform covering the six required functionalities/modules (blockage prediction, network spill forecasting, pumping station, customer sewer alarm, burst rising main detection and excess water detection). The solution needed to be commercially available, already deployed with proven outcomes in other water companies (particularly UK WASCs) and ready for immediate use rather than still in development or awaiting first implementation. This is as Yorkshire Water are prioritising mitigation of the risks in implementation and risks of poor outcomes. The engagement demonstrated that no supplier, other than the proposed contractor, was able to provide all required capabilities within one integrated platform with proven operational benefits. Other suppliers could only offer partial coverage, standalone modules, solutions still under development, or platforms without sufficient evidence of successful implementation in comparable UK networks. As a result, a competitive tendering process would not generate genuine competition. For these reasons, a direct award is justified a feasible route to securing the required integrated solution with proven performance, interoperability with our systems, and readiness for deployment.",
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
}
],
"procurementMethodRationaleClassifications": [
{
"id": "singleSuppliersTechnicalReasons"
}
]
},
"language": "en",
"awards": [
{
"id": "1",
"status": "pending",
"value": {
"amountGross": 9600000,
"amount": 8000000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-NI649408",
"name": "STORMHARVESTER LIMITED"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48150000",
"description": "Industrial control software package"
},
{
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
},
{
"scheme": "CPV",
"id": "90400000",
"description": "Sewage services"
}
],
"deliveryAddresses": [
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"contractPeriod": {
"startDate": "2025-12-01T00:00:00Z",
"endDate": "2028-11-30T23:59:59Z",
"maxExtentDate": "2030-11-30T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "The initial contract term is three years (36 months), with the possibility of extension up to a maximum duration of five years."
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "069876-2025",
"documentType": "awardNotice",
"noticeType": "UK5",
"description": "Transparency notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/069876-2025",
"datePublished": "2025-10-30T16:45:31Z",
"format": "text/html"
}
],
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-12-01T23:59:59Z",
"status": "scheduled"
}
]
}
]
}