Notice Information
Notice Title
Financial Advisers for Major Projects
Notice Description
Awarded using Crown Commercial Service (CCS) Management Consultancy Framework Four (MCF4) (RM6309), Lot 4 Finance. The Major Projects team is seeking to appoint a panel of up to three Financial Advisers ("Suppliers") to support its work in the delivery of the Major Projects pipeline. Being on the panel does not guarantee any engagements (or Work Packages), but the Major Projects team will seek to procure all financial advice relating to the delivery of new projects and the development of policy from the panel. The requirement may include some work commissioned by the Ofwat element of RAPID. Background and an overview of the Major Projects pipeline can be found at the following link: A-Major-Projects-Guide-for-Investors-June-2025.pdf The above document lists all the projects in the pipeline and gives a brief overview of each one. Ofwat has already appointed advisers for some projects (see above), but the vast majority will be procured in the future. Our requirements We are seeking expert financial advice in relation to policy development and all projects in the Major Project pipeline. We expect financial advisers to assist with the following: * Advising on the commercial and regulatory approach proposed by companies on projects, considering the interests of customers, stakeholders and other key parties. * Review the appointees' VfM analysis. * Review and advise on project's financial models and analysis. * Support the overall development of the Major Project programme. * The Supplier must work with Ofwat and our other advisors to provide financial advice as appropriate. At each Major Projects stage, we may require the Supplier to provide a short report on the Appointee's submissions and we will agree the scope of the report at the time. As part of delivering the above scope, we will also require the Supplier to support Ofwat in meetings with the Appointees, their advisors and also Ofwat's other advisors who are supporting Ofwat on the projects. While each project is separate, we have an objective to develop more standardised processes and arrangements across all projects, where appropriate. By appointing a small number of Suppliers, we expect them to actively contribute to the improvement of processes and efficiencies across the whole pipeline by reducing transaction costs and standardising approaches (e.g. solving problems once). We will also require the Supplier, from time to time, to support us on general policy issues and this will be discussed with the Supplier at the time.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-f7497e49-2de3-4fd4-8b19-b87eec828f4a
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/29671cf7-cc78-4178-8d3b-548d7dbf63ae
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Call-off from a framework agreement
- Tender Suitability
- SME
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79410000 - Business and management consultancy services
Notice Value(s)
- Tender Value
- £3,500,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- £1,166,666 £1M-£10M
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Feb 20262 weeks ago
- Submission Deadline
- 10 Nov 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 5 Dec 20252 months ago
- Contract Period
- 8 Dec 2025 - 7 Dec 2028 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- O F W A T
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- BIRMINGHAM
- Postcode
- B5 4UA
- Post Town
- Birmingham
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG3 West Midlands
- Small Region (ITL 3)
- TLG31 Birmingham
- Delivery Location
- TLG West Midlands (England), TLI London
-
- Local Authority
- Birmingham
- Electoral Ward
- Ladywood
- Westminster Constituency
- Birmingham Ladywood
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/29671cf7-cc78-4178-8d3b-548d7dbf63ae
9th February 2026 - Awarded contract notice on Contracts Finder
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-b5fd17-f7497e49-2de3-4fd4-8b19-b87eec828f4a-2026-02-09T12:52:51Z",
"date": "2026-02-09T12:52:51Z",
"ocid": "ocds-b5fd17-f7497e49-2de3-4fd4-8b19-b87eec828f4a",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "PROC.0057",
"title": "Financial Advisers for Major Projects",
"description": "Awarded using Crown Commercial Service (CCS) Management Consultancy Framework Four (MCF4) (RM6309), Lot 4 Finance. The Major Projects team is seeking to appoint a panel of up to three Financial Advisers (\"Suppliers\") to support its work in the delivery of the Major Projects pipeline. Being on the panel does not guarantee any engagements (or Work Packages), but the Major Projects team will seek to procure all financial advice relating to the delivery of new projects and the development of policy from the panel. The requirement may include some work commissioned by the Ofwat element of RAPID. Background and an overview of the Major Projects pipeline can be found at the following link: A-Major-Projects-Guide-for-Investors-June-2025.pdf The above document lists all the projects in the pipeline and gives a brief overview of each one. Ofwat has already appointed advisers for some projects (see above), but the vast majority will be procured in the future. Our requirements We are seeking expert financial advice in relation to policy development and all projects in the Major Project pipeline. We expect financial advisers to assist with the following: * Advising on the commercial and regulatory approach proposed by companies on projects, considering the interests of customers, stakeholders and other key parties. * Review the appointees' VfM analysis. * Review and advise on project's financial models and analysis. * Support the overall development of the Major Project programme. * The Supplier must work with Ofwat and our other advisors to provide financial advice as appropriate. At each Major Projects stage, we may require the Supplier to provide a short report on the Appointee's submissions and we will agree the scope of the report at the time. As part of delivering the above scope, we will also require the Supplier to support Ofwat in meetings with the Appointees, their advisors and also Ofwat's other advisors who are supporting Ofwat on the projects. While each project is separate, we have an objective to develop more standardised processes and arrangements across all projects, where appropriate. By appointing a small number of Suppliers, we expect them to actively contribute to the improvement of processes and efficiencies across the whole pipeline by reducing transaction costs and standardising approaches (e.g. solving problems once). We will also require the Supplier, from time to time, to support us on general policy issues and this will be discussed with the Supplier at the time.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "West Midlands",
"countryName": "United Kingdom"
},
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"minValue": {
"amount": 1166666.67,
"currency": "GBP"
},
"value": {
"amount": 3500000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Call-off from a framework agreement",
"tenderPeriod": {
"endDate": "2025-11-10T14:00:00Z"
},
"contractPeriod": {
"startDate": "2025-12-08T00:00:00Z",
"endDate": "2028-12-07T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-GOR-D240",
"name": "O F W A T",
"identifier": {
"legalName": "O F W A T",
"scheme": "GB-GOR",
"id": "D240"
},
"address": {
"streetAddress": "7 Hill Street",
"locality": "BIRMINGHAM",
"postalCode": "B54UA",
"countryName": "England"
},
"contactPoint": {
"name": "Lena Cluxton",
"email": "Procurement@ofwat.gov.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-COH-OC303675",
"name": "Deloitte LLP",
"identifier": {
"legalName": "Deloitte LLP",
"scheme": "GB-COH",
"id": "OC303675"
},
"address": {
"streetAddress": "1 New Street Square, London EC4A 3HQ"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-OC454533",
"name": "Grant Thornton UK Advisory & Tax LLP",
"identifier": {
"legalName": "Grant Thornton UK Advisory & Tax LLP",
"scheme": "GB-COH",
"id": "OC454533"
},
"address": {
"streetAddress": "8 Finsbury Circus, London EC2M 7EA"
},
"details": {
"scale": "sme",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-COH-OC300001",
"name": "Ernst & Young LLP",
"identifier": {
"legalName": "Ernst & Young LLP",
"scheme": "GB-COH",
"id": "OC300001"
},
"address": {
"streetAddress": "1 More London Place, London SE1 2AF"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-GOR-D240",
"name": "O F W A T"
},
"awards": [
{
"id": "ocds-b5fd17-f7497e49-2de3-4fd4-8b19-b87eec828f4a-1",
"status": "active",
"date": "2025-12-05T00:00:00Z",
"datePublished": "2026-02-09T12:52:51Z",
"value": {
"amount": 1166666.67,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-OC303675",
"name": "Deloitte LLP"
}
],
"contractPeriod": {
"startDate": "2025-12-08T00:00:00Z",
"endDate": "2028-12-07T23:59:59Z"
},
"description": "Up to PS3.5m excl VAT is allocated across the 3 years. The Call-Off Contract value is expected to be spread across up to three Suppliers and can be a range up to PS3.5m excl VAT.",
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/29671cf7-cc78-4178-8d3b-548d7dbf63ae",
"datePublished": "2026-02-09T12:52:51Z",
"format": "text/html",
"language": "en"
}
]
},
{
"id": "ocds-b5fd17-f7497e49-2de3-4fd4-8b19-b87eec828f4a-2",
"status": "active",
"date": "2025-12-05T00:00:00Z",
"datePublished": "2026-02-09T12:52:51Z",
"value": {
"amount": 1166666.67,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-OC454533",
"name": "Grant Thornton UK Advisory & Tax LLP"
}
],
"contractPeriod": {
"startDate": "2025-12-08T00:00:00Z",
"endDate": "2028-12-07T23:59:59Z"
},
"description": "Up to PS3.5m excl VAT is allocated across the 3 years. The Call-Off Contract value is expected to be spread across up to three Suppliers and can be a range up to PS3.5m excl VAT.",
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/29671cf7-cc78-4178-8d3b-548d7dbf63ae",
"datePublished": "2026-02-09T12:52:51Z",
"format": "text/html",
"language": "en"
}
]
},
{
"id": "ocds-b5fd17-f7497e49-2de3-4fd4-8b19-b87eec828f4a-3",
"status": "active",
"date": "2025-12-05T00:00:00Z",
"datePublished": "2026-02-09T12:52:51Z",
"value": {
"amount": 1166666.67,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-OC300001",
"name": "Ernst & Young LLP"
}
],
"contractPeriod": {
"startDate": "2025-12-08T00:00:00Z",
"endDate": "2028-12-07T23:59:59Z"
},
"description": "Up to PS3.5m excl VAT is allocated across the 3 years. The Call-Off Contract value is expected to be spread across up to three Suppliers and can be a range up to PS3.5m excl VAT.",
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/29671cf7-cc78-4178-8d3b-548d7dbf63ae",
"datePublished": "2026-02-09T12:52:51Z",
"format": "text/html",
"language": "en"
}
]
}
]
}