Award

Integrated Platform for Networks

YORKSHIRE WATER SERVICES LIMITED

This public procurement record has 2 releases in its history.

Award

30 Oct 2025 at 16:45

Planning

11 Sep 2025 at 15:48

Summary of the contracting process

Yorkshire Water Services Limited, located in Bradford, UK, has completed the procurement process for an "Integrated Platform for Networks" designed to optimise wastewater and water network operations. The procurement process, initiated as a tender, has reached the award stage, with the contract being awarded to Stormharvester Limited of Belfast, Northern Ireland. The industry categories involved include industrial control software, IT services, and sewage services, with the procurement method identified as a direct award due to the specialised nature of the integrated solution required. This direct award followed a rigorous market engagement process conducted between 11 and 25 September 2025, concluding with a contract signing milestone scheduled for 1 December 2025. The entire contract is valued at £9.6 million gross and will run initially for three years, with potential extensions up to five years.

This opportunity invites businesses that specialise in industrial control systems, IT services, and water management technologies to benefit from the expansive nature of a long-term contract with Yorkshire Water. Firms with proven experience in creating seamless, fully integrated platforms are particularly suited to support such contracts, as the required platform must interface with utility systems like SCADA, SAP, and GIS. SMEs and businesses with a successful history of working with water companies, especially within the UK context, will find growth potential in showcasing their technology's robustness, interoperability, and operational benefits. This engagement highlights the need for innovative tech solutions in utility management, presenting substantial growth avenues for relevant technology providers.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

STORMHARVESTER

Further Information

Notice Documents

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-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"
                }
            ]
        }
    ]
}