Tender

Client Side Commercial Assurance

  • ANGLIAN WATER SERVICES LIMITED

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-085013

Procurement identifier (OCID): ocds-h6vhtk-055f40 (view related notices)

Published 19 December 2025, 3:13pm



Scope

Reference

2025 0034

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.

Commercial tool

Establishes a framework

Total value (estimated)

  • £6,000,000 excluding VAT
  • £7,200,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 30 April 2026 to 30 April 2031
  • Possible extension to 30 April 2034
  • 8 years, 1 day

Description of possible extension:

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

Options

The right to additional purchases while the contract is valid.

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.

Main procurement category

Services

CPV classifications

  • 79419000 - Evaluation consultancy services

Contract locations

  • UKH - East of England

Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

0%

Framework operation 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.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Participation

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

9 January 2026, 11:00pm

Tender submission deadline

23 January 2026, 11:00pm

Submission address and any special instructions

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.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

15 April 2026


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 60%
Price Price 40%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

ANGLIAN WATER SERVICES LIMITED

  • Companies House: 02366656
  • Public Procurement Organisation Number: PMZW-7779-DCNZ

Lancaster House Lancaster Way

Huntingdon

PE29 6XU

United Kingdom

Region: UKH12 - Cambridgeshire CC

Organisation type: Private utility