Notice Information
Notice Title
Client Side Commercial Assurance
Notice Description
Anglian Water seeks Client Side Commercial Assurance Services to strengthen governance, cost control, and compliance across capital and operational programmes. These services will ensure transparency, regulatory readiness, and defensible commercial decision-making. Scope of Services Cost Verification - Validate incurred and forecast costs for accuracy and compliance. Risk Management - Identify and mitigate commercial risks affecting cost, programme, or compliance. Contract Compliance - Ensure adherence to contractual terms and governance. Value-for-Money Assessment - Confirm expenditure delivers optimal outcomes. Change Control - Assure structured management of scope, cost, and programme changes. Programme Control - Monitor alignment with milestones. Market Intelligence & Benchmarking - Compare costs and supplier performance using internal/external data. Regulatory & Business Plan Support - Assist with cost structures and regulatory submissions. Supply Chain Oversight - Ensure Tier 1 and Tier 2 suppliers comply with obligations. Expected Outcomes Increased confidence in cost management and governance. Improved risk identification and mitigation. Transparent assurance reporting for executive and regulatory stakeholders. Verified value-for-money across diverse projects. Consistent, defensible cost forecasting and benchmarking. Essential Requirements Proven experience in commercial assurance within regulated infrastructure sectors. Knowledge of NEC and similar contract forms. Ability to work across multiple programmes and stakeholders. Strong analytical, reporting, and commercial skills. Experience in CAPEX, OPEX, carbon modelling, and regulatory business planning. Key Activities Review contractor proposals, payment applications, and variations. Independent risk reviews and mitigation strategies. Develop KPIs, benchmarking tools, and cost databases. Support audits, dispute resolution, and change management. Analyse market trends, inflation indices, and regional cost variations. Provide whole-life cost modelling and business plan support. Enhance capability through continuous improvement of tools and processes. Reporting Each project requires a structured report including: Introduction & Purpose Request Summary Stakeholders Methodology Findings Actions & Recommendations Next Steps Reports must be clear, evidence-based, and include visuals where appropriate.
Lot Information
Lot 1
Options: This Agreement covers broader commercial assurance services, including but not limited to: a) Cost verification - the process of validating that incurred and forecast costs are accurate, justified and compliant with contractual requirements. b) Risk management - the identification, assessment and mitigation of commercial risks that could impact cost, programme, compliance, or value delivery across the capital programme. c) Contract compliance - ensuring that commercial activities adhere to the terms, conditions and governance requirements set out within the contract and related policies. d) Value-for-money assessment - evaluating whether expenditure delivers optimal outcomes relative to cost, quality, and time. e) Change control - the structured management and assurance of changes to scope, cost, programme, whilst ensuring that change has been properly authorised and managed in line with contractual obligations. f) Programme control - monitoring and assuring the alignment of commercial activities with programme milestones g) Market intelligence and benchmarking - using internal, external data and industry benchmarks to assess the competitiveness of costs and rates and, potentially, supplier performance. h) Regulatory and Business Plan support - including assessing investments and evaluating cost structures in line with regulatory standards for efficiency and transparency; and providing support for addressing cost-related challenges. i) Supply chain oversight - assuring the Tier 1 and Tier 2 suppliers operate in compliance with policies, contractual obligations and industry standards.
Renewal: Anglian Water may elect at its sole discretion to extend this Agreement in whole or in part by 3 further periods of one year each or for any alternative periods and not expiring later than 8 years from the Effective Date
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-055f40
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/085013-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79419000 - Evaluation consultancy services
Notice Value(s)
- Tender Value
- £6,000,000 £1M-£10M
- Lots Value
- £6,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Dec 20251 weeks ago
- Submission Deadline
- 23 Jan 20264 weeks to go
- Future Notice Date
- 7 Sep 2025Expired
- Award Date
- Not specified
- Contract Period
- 29 Apr 2026 - 30 Apr 2031 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ANGLIAN WATER SERVICES LIMITED
- Contact Name
- Neil Ison
- Contact Email
- suppliersupport@anglianwater.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- HUNTINGDON
- Postcode
- PE29 6XU
- Post Town
- Peterborough
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH4 Cambridgeshire and Peterborough
- Small Region (ITL 3)
- TLH42 Cambridgeshire CC
- Delivery Location
- TLH East (England)
-
- Local Authority
- Huntingdonshire
- Electoral Ward
- Huntingdon North
- Westminster Constituency
- Huntingdon
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/085013-2025
19th December 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/039901-2025
15th July 2025 - Planned procurement notice on Find a Tender
Notice URLs
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-055f40-2025-12-19T15:13:04Z",
"date": "2025-12-19T15:13:04Z",
"ocid": "ocds-h6vhtk-055f40",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "039901-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/039901-2025",
"datePublished": "2025-07-15T11:54:23+01:00",
"format": "text/html"
}
]
},
"parties": [
{
"id": "GB-COH-02366656",
"name": "ANGLIAN WATER SERVICES LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "02366656"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PMZW-7779-DCNZ"
}
],
"address": {
"streetAddress": "Lancaster House Lancaster Way",
"locality": "Huntingdon",
"postalCode": "PE29 6XU",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKH12"
},
"contactPoint": {
"name": "Neil Ison",
"email": "suppliersupport@anglianwater.co.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "privateUtility",
"scheme": "UK_CA_TYPE",
"description": "Private utility"
}
]
}
}
],
"buyer": {
"id": "GB-COH-02366656",
"name": "ANGLIAN WATER SERVICES LIMITED"
},
"tender": {
"id": "2025 0034",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Client Side Commercial Assurance",
"description": "Anglian Water seeks Client Side Commercial Assurance Services to strengthen governance, cost control, and compliance across capital and operational programmes. These services will ensure transparency, regulatory readiness, and defensible commercial decision-making. Scope of Services Cost Verification - Validate incurred and forecast costs for accuracy and compliance. Risk Management - Identify and mitigate commercial risks affecting cost, programme, or compliance. Contract Compliance - Ensure adherence to contractual terms and governance. Value-for-Money Assessment - Confirm expenditure delivers optimal outcomes. Change Control - Assure structured management of scope, cost, and programme changes. Programme Control - Monitor alignment with milestones. Market Intelligence & Benchmarking - Compare costs and supplier performance using internal/external data. Regulatory & Business Plan Support - Assist with cost structures and regulatory submissions. Supply Chain Oversight - Ensure Tier 1 and Tier 2 suppliers comply with obligations. Expected Outcomes Increased confidence in cost management and governance. Improved risk identification and mitigation. Transparent assurance reporting for executive and regulatory stakeholders. Verified value-for-money across diverse projects. Consistent, defensible cost forecasting and benchmarking. Essential Requirements Proven experience in commercial assurance within regulated infrastructure sectors. Knowledge of NEC and similar contract forms. Ability to work across multiple programmes and stakeholders. Strong analytical, reporting, and commercial skills. Experience in CAPEX, OPEX, carbon modelling, and regulatory business planning. Key Activities Review contractor proposals, payment applications, and variations. Independent risk reviews and mitigation strategies. Develop KPIs, benchmarking tools, and cost databases. Support audits, dispute resolution, and change management. Analyse market trends, inflation indices, and regional cost variations. Provide whole-life cost modelling and business plan support. Enhance capability through continuous improvement of tools and processes. Reporting Each project requires a structured report including: Introduction & Purpose Request Summary Stakeholders Methodology Findings Actions & Recommendations Next Steps Reports must be clear, evidence-based, and include visuals where appropriate.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79419000",
"description": "Evaluation consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"procedure": {
"isAccelerated": true,
"acceleratedRationale": "Qualifying planned procurement notice"
},
"mainProcurementCategory": "services",
"specialRegime": [
"utilities"
],
"aboveThreshold": true,
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"isOpenFrameworkScheme": true,
"openFrameworkSchemeEndDate": "2033-12-31T23:59:59Z",
"method": "withAndWithoutReopeningCompetition",
"type": "closed",
"description": "Pricing will be based on a rate card submitted by suppliers for defined roles. Contracts will be awarded on a Most Advantageous Tender (MAT) basis, considering both price and quality."
}
},
"submissionMethodDetails": "https://esourcing.scanmarket.com/SupplierRegistration/NewSupplier?eventId=844307&ccsum=cabe229e81f5081a83689282fc1334c7 Please see the relevant RFI and RFP events using the above link. Please note, the RFI is stage 1 of this process.",
"submissionTerms": {
"languages": [
"en"
],
"electronicSubmissionPolicy": "allowed"
},
"tenderPeriod": {
"endDate": "2026-01-23T23:00:00Z"
},
"awardPeriod": {
"endDate": "2026-04-15T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-30T00:00:00+01:00",
"endDate": "2031-04-30T23:59:59+01:00",
"maxExtentDate": "2034-04-30T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Anglian Water may elect at its sole discretion to extend this Agreement in whole or in part by 3 further periods of one year each or for any alternative periods and not expiring later than 8 years from the Effective Date"
},
"value": {
"amountGross": 7200000,
"amount": 6000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Price",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"hasOptions": true,
"options": {
"description": "This Agreement covers broader commercial assurance services, including but not limited to: a) Cost verification - the process of validating that incurred and forecast costs are accurate, justified and compliant with contractual requirements. b) Risk management - the identification, assessment and mitigation of commercial risks that could impact cost, programme, compliance, or value delivery across the capital programme. c) Contract compliance - ensuring that commercial activities adhere to the terms, conditions and governance requirements set out within the contract and related policies. d) Value-for-money assessment - evaluating whether expenditure delivers optimal outcomes relative to cost, quality, and time. e) Change control - the structured management and assurance of changes to scope, cost, programme, whilst ensuring that change has been properly authorised and managed in line with contractual obligations. f) Programme control - monitoring and assuring the alignment of commercial activities with programme milestones g) Market intelligence and benchmarking - using internal, external data and industry benchmarks to assess the competitiveness of costs and rates and, potentially, supplier performance. h) Regulatory and Business Plan support - including assessing investments and evaluating cost structures in line with regulatory standards for efficiency and transparency; and providing support for addressing cost-related challenges. i) Supply chain oversight - assuring the Tier 1 and Tier 2 suppliers operate in compliance with policies, contractual obligations and industry standards."
}
}
],
"communication": {
"futureNoticeDate": "2025-09-07T23:59:59+01:00"
},
"value": {
"amountGross": 7200000,
"amount": 6000000,
"currency": "GBP"
},
"enquiryPeriod": {
"endDate": "2026-01-09T23:00:00Z"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "085013-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/085013-2025",
"datePublished": "2025-12-19T15:13:04Z",
"format": "text/html"
}
]
},
"language": "en"
}