Tender

Client Side Commercial Assurance

ANGLIAN WATER SERVICES LIMITED

This public procurement record has 2 releases in its history.

Tender

19 Dec 2025 at 15:13

Planning

15 Jul 2025 at 10:54

Summary of the contracting process

Anglian Water Services Limited is seeking to enhance its governance, cost control, and compliance across its capital and operational programmes through a tender titled "Client Side Commercial Assurance". This tender, currently in the tender stage, aims to secure services such as cost verification, risk management, contract compliance, value-for-money assessments, and supply chain oversight. The procurement, under the open procedure, will close for submissions on 23rd January 2026, with an expected award date by 15th April 2026. The contract, aligned with services in the evaluation consultancy category, will cover operations in the UKH region, specifically within the United Kingdom. The valued framework amounts to a gross total of GBP 7.2 million and is anticipated to commence on 30th April 2026, spanning five years with potential extensions. The tender supports electronic submissions and is structured on a Most Advantageous Tender basis, considering both price and quality.

This tender presents significant opportunities for businesses specialising in commercial assurance within regulated infrastructure sectors. Companies possessing knowledge of NEC and similar contract forms with the ability to navigate multiple programmes and stakeholders would be well-suited to this opportunity. Firms offering strong analytical, reporting, and commercial skills, particularly those experienced in CAPEX, OPEX, and regulatory business planning, will find growth prospects here. This tender opens doors for businesses capable of innovating in cost verification and risk management through advanced tools and processes, offering comprehensive solutions that align with Anglian Water's strategic goals of transparency, regulatory readiness, and defensible decision-making.

How relevant is this notice?

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

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-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"
}