AG-647

Contract Change-Order Governance

Procurement, Sourcing & Vendor Negotiation ~24 min read AGS v2.1 · April 2026
EU AI Act FCA NIST ISO 42001

2. Summary

Contract Change-Order Governance requires that AI agents operating within procurement, sourcing, or vendor management workflows enforce rigorous controls over post-award contract modifications — including scope changes, price adjustments, schedule extensions, deliverable substitutions, and any other amendments that alter the economic terms, risk allocation, or performance obligations of an executed contract. Change orders are a legitimate and necessary mechanism for adapting contracts to evolving requirements, but they are also the primary vector through which original contract economics are eroded, competitive procurement outcomes are undermined, and organisational spend creeps beyond authorised levels without proportionate scrutiny. This dimension mandates that every change order proposed, evaluated, or executed by an AI agent is subject to cumulative impact analysis, authority threshold enforcement, re-competition triggers, and audit trail preservation, ensuring that no sequence of individually minor modifications can collectively transform a contract into something that would not have been awarded under the original procurement process.

3. Example

Scenario A — Scope Creep Through Sequential Change Orders: A government agency awards a £4.2 million contract to a systems integrator for implementation of a case management platform, following a full competitive tender process evaluated on price (40%), technical capability (35%), and delivery schedule (25%). The winning bidder's price was £680,000 lower than the second-place competitor. Within six months of contract execution, the systems integrator submits a change order for £95,000 to add a reporting module that was "implied but not explicitly specified" in the original requirements. The agency's procurement agent — an AI system authorised to approve change orders below £150,000 — evaluates the change order against the original scope and approves it. Over the next 18 months, 14 additional change orders are submitted and approved, each individually below the agent's approval threshold: £82,000 for data migration complexity, £127,000 for additional integrations, £68,000 for user training expansion, £143,000 for security hardening, and so on. The cumulative value of approved change orders reaches £1.47 million — 35% of the original contract value — bringing the total contract spend to £5.67 million. At this total value, the winning bidder's original price advantage over the second-place competitor has been entirely consumed. A post-award audit reveals that 6 of the 15 change orders addressed scope that was present in the second-place competitor's original bid but absent from the winning bidder's proposal, suggesting the bidder had deliberately under-scoped to win on price with the expectation of recovering margin through change orders.

What went wrong: The AI agent evaluated each change order in isolation, without tracking cumulative change-order value as a percentage of the original contract. No threshold existed for cumulative change-order spend that would trigger escalation, re-competition analysis, or human review. The agent had no mechanism to compare change-order scope against losing bidders' original proposals to detect scope that had been strategically excluded. The original competitive procurement outcome was effectively nullified through a sequence of individually permissible modifications. Consequence: £1.47 million in unplanned spend, potential violation of public procurement regulations requiring re-competition above defined thresholds, a formal investigation by the government's procurement oversight body, and a 14-month remediation programme costing £320,000 in external audit and legal fees.

Scenario B — Cumulative Change Orders Exceeding Original Contract Value: A multinational manufacturer awards a €2.8 million contract to a logistics provider for warehouse management services across three European distribution centres. The contract includes a 12-month term with two optional renewal years. The procurement was conducted as a competitive tender under EU procurement directives. During the first contract year, the manufacturer's supply chain agent — an AI system managing vendor relationships — processes 23 change orders. The changes include geographic expansion to two additional warehouses (€480,000), seasonal capacity surcharges (€340,000), technology platform upgrades (€290,000), customs handling for post-Brexit UK shipments (€195,000), reverse logistics capability (€175,000), and various smaller operational adjustments totalling €620,000. The cumulative change-order value is €2.1 million — 75% of the original contract value — within the first year alone. When the contract enters its first renewal year, additional change orders bring the total contract value to €7.3 million, more than 2.6 times the original award. A competitor who was eliminated during the original tender files a challenge with the national procurement authority, arguing that the contract as actually performed bears no meaningful resemblance to the contract as tendered, and that the changes constitute a de facto new contract that should have been subject to re-competition.

What went wrong: The AI agent processed change orders as operational adjustments without recognising that the cumulative effect was a fundamental transformation of the contract's scope and economics. No cumulative threshold triggered a mandatory review of whether the contract, as modified, still fell within the scope of the original competitive procurement. The agent did not assess whether geographic expansion or capability additions constituted material scope changes requiring re-competition under EU procurement law. The competitor's challenge had merit — a contract that grows to 2.6 times its original value through change orders is not the same contract that was competitively awarded. Consequence: procurement authority investigation, contract suspension pending review, €890,000 in legal costs, potential re-tender requirement for a contract already operationally embedded, and €2.1 million in transition costs if the incumbent is replaced.

Scenario C — Contract Modification Without Re-Competition: A city council awards a £1.6 million contract for development and maintenance of a citizen services portal. The contract is awarded through a competitive framework agreement. Eighteen months into the contract, the council decides to add a mobile application capability — a significant technical extension that was not part of the original specification. The council's procurement agent processes a £740,000 change order for the mobile application, representing 46% of the original contract value. The agent evaluates the change order against the contract's variation clause, which permits "modifications necessary for the proper delivery of the contracted services," and determines that a mobile application is a modern delivery channel for citizen services and therefore falls within the variation clause's scope. The agent approves the change order without escalation. A freedom-of-information request by a local technology company reveals the change order. The company, which specialises in mobile application development and would have competed for the work if it had been tendered separately, files a complaint with the council's audit committee. The audit committee finds that the mobile application was a materially different deliverable from the web portal specified in the original contract, that the variation clause was not intended to authorise scope additions of this magnitude, and that the change order should have been procured as a separate contract or, at minimum, subjected to a mini-competition within the framework agreement.

What went wrong: The AI agent interpreted the variation clause too broadly, treating a major scope addition as a permissible modification rather than recognising it as new scope requiring competitive procurement. The agent lacked a materiality threshold for individual change orders that would trigger mandatory human review and legal assessment of whether the modification exceeded the contract's variation authority. The agent did not consider whether the change order, by its nature and value, would have attracted competition from suppliers not party to the original contract. Consequence: audit committee finding of non-compliance with procurement regulations, £740,000 change order voided, requirement to re-procure the mobile application through a competitive process (adding 6 months to the delivery timeline), £185,000 in wasted development work already commenced under the voided change order, and reputational damage to the council's procurement function.

4. Requirement Statement

Scope: This dimension applies to any AI agent that proposes, evaluates, approves, recommends, or executes contract change orders, amendments, modifications, variations, or supplemental agreements that alter the scope, price, schedule, deliverables, terms, risk allocation, or performance obligations of an existing contract. The scope includes agents operating in enterprise procurement workflows, public sector contract management, multi-jurisdictional supply chain operations, and any context where post-award contract modifications occur. The scope covers both formal change orders (documented amendments signed by both parties) and informal modifications (scope additions communicated through operational channels that alter the effective contract without formal amendment). The dimension applies regardless of the agent's role — whether the agent is the approving authority, a recommender to a human approver, or an operational processor that routes change orders for decision.

4.1. A conforming system MUST enforce a cumulative change-order value threshold, expressed as a percentage of the original contract value, above which no further change orders are processed without mandatory human review and documented justification. The threshold MUST be configurable per contract category but MUST NOT exceed 25% of the original contract value for contracts awarded through competitive procurement.

4.2. A conforming system MUST evaluate every change order against both its individual value and its cumulative impact — including all prior approved change orders on the same contract — before processing or recommending approval.

4.3. A conforming system MUST enforce individual change-order value limits that are calibrated to the original contract value, with mandatory escalation to a human authority when any single change order exceeds 10% of the original contract value or a lower threshold defined by organisational policy.

4.4. A conforming system MUST assess whether a proposed change order introduces scope, deliverables, or capabilities that were not within the reasonable scope of the original contract specification, and flag any such change order as a potential new-scope addition requiring re-competition analysis.

4.5. A conforming system MUST maintain a complete, append-only audit trail of every change order — proposed, approved, rejected, or withdrawn — including the requesting party, justification, value, cumulative impact calculation, approving authority, and timestamp.

4.6. A conforming system MUST reject or escalate any change order that would cause the total contract value (original plus all approved change orders) to exceed the procurement threshold that triggered the original competitive process, where such thresholds are defined by applicable procurement regulations or organisational policy.

4.7. A conforming system MUST compare change-order scope against the original contract specification and, where available, against losing bidders' proposals to detect patterns indicative of strategic under-bidding followed by scope recovery through change orders.

4.8. A conforming system SHOULD implement rate-of-change monitoring that detects acceleration in change-order frequency or value over time, triggering review when the rate exceeds historical norms for comparable contracts.

4.9. A conforming system SHOULD categorise change orders by type — scope addition, price adjustment, schedule extension, deliverable substitution, risk reallocation, and regulatory compliance — and track cumulative impact by category to identify which categories are driving contract drift.

4.10. A conforming system SHOULD assess the competitive impact of proposed change orders by evaluating whether the modified contract, taken as a whole, would have produced a different outcome if the modifications had been included in the original procurement specification.

4.11. A conforming system MAY implement predictive modelling that forecasts total contract cost at completion based on the trajectory of change-order submissions, alerting governance stakeholders when the forecast exceeds budget or procurement authority thresholds.

4.12. A conforming system MAY cross-reference change-order patterns across multiple contracts with the same supplier to detect systemic under-bidding strategies.

5. Rationale

Contract change orders are the most common and least scrutinised mechanism through which procurement discipline is eroded after contract award. The competitive procurement process — with its formal evaluation criteria, sealed bidding, independent scoring, and audit trails — applies rigorous governance to the initial award decision. But once the contract is executed, subsequent modifications receive a fraction of that scrutiny, even when their cumulative effect transforms the contract's economics, scope, and competitive legitimacy. This asymmetry creates a governance gap that is routinely exploited, whether through deliberate strategy (bid low, change-order high) or through organisational inertia (it is easier to modify an existing contract than to procure a new one).

The risk is amplified when AI agents manage change-order processing. An agent optimised for operational efficiency will process change orders quickly, evaluate each against its delegated authority limits, and approve modifications that fall within its parameters. This is correct behaviour at the individual-transaction level but catastrophic at the portfolio level, because the agent lacks the contextual awareness to recognise that the fifteenth individually compliant change order has collectively negated the original procurement outcome. The agent does not fatigue, does not develop suspicion, does not notice that the supplier's change-order pattern mirrors a known strategic under-bidding approach, and does not question whether the cumulative modifications have transformed the contract into something materially different from what was competitively procured.

Three distinct risk categories require governance. First, economic drift: the cumulative erosion of contract economics through change orders that individually appear reasonable but collectively shift the price-quality balance away from the competitively determined optimum. A supplier who wins a contract at £4 million and accumulates £2 million in change orders has effectively been awarded a £6 million contract without competing at the £6 million level. Second, scope transformation: the gradual expansion of contract scope through change orders until the contract covers capabilities, geographies, or deliverables that were not part of the original specification — and that other suppliers, had they known the full scope, would have competed for. Third, regulatory breach: in public procurement and regulated industries, change orders that cause total contract value to exceed regulatory thresholds trigger re-competition obligations. An agent that approves change orders without tracking cumulative value against regulatory thresholds exposes the organisation to procurement challenges, contract voidability, and regulatory sanctions.

The "bid low, change-order high" strategy is a well-documented phenomenon in construction, defence, IT services, and public sector procurement. A supplier deliberately under-prices or under-scopes its bid to win the competitive evaluation, then recovers margin and scope through post-award change orders. The strategy succeeds because change orders are evaluated against the existing contract relationship — where switching costs, operational dependency, and time pressure all favour approval — rather than against the original competitive field. Detecting this strategy requires comparison of change-order scope against the original specification and, critically, against the proposals of losing bidders who may have included the later-changed scope in their original bids.

The regulatory dimension is particularly acute for public sector organisations and entities subject to EU procurement directives, the UK Public Contracts Regulations, the US Federal Acquisition Regulation, or equivalent frameworks. These regulations define thresholds above which competitive procurement is mandatory. A contract awarded at just below the threshold that subsequently grows through change orders to well above the threshold is in potential violation. The 2014 EU Procurement Directives (Directive 2014/24/EU, Article 72) explicitly address contract modifications, permitting modifications that do not alter the overall nature of the contract and where the increase in price does not exceed 50% of the original contract value — but even this generous limit is frequently breached in practice due to inadequate cumulative tracking.

For cross-border contracts, change-order governance must account for jurisdictional variation in modification rules, currency effects on threshold calculations, and the interaction between local procurement laws and international contract terms. A change order that is permissible under one jurisdiction's procurement rules may trigger re-competition requirements under another's. An AI agent processing change orders on multi-jurisdictional contracts must apply the most restrictive applicable rule, or escalate to human review when jurisdictional rules conflict.

6. Implementation Guidance

Effective change-order governance requires a combination of threshold enforcement, cumulative tracking, pattern detection, and escalation workflows. The system must prevent individually compliant modifications from accumulating into collectively non-compliant contract drift.

Recommended patterns:

Anti-patterns to avoid:

Industry Considerations

Public Sector. Public procurement regulations impose the strictest change-order governance requirements. EU Directive 2014/24/EU Article 72 defines specific conditions under which contract modifications are permitted without re-competition, including de minimis thresholds and the 50% cumulative value cap. UK Public Contracts Regulations 2015, Regulation 72, mirrors these provisions. Public sector agents must enforce these regulatory thresholds as hard limits, not guidelines. Freedom-of-information transparency means that change-order patterns are subject to external scrutiny, and non-compliance may result in contract voidability under Regulation 73.

Financial Services. Financial institutions procuring technology, data, and outsourced services face regulatory expectations under DORA (for ICT third-party risk management) and FCA outsourcing guidance. Change orders on outsourced service contracts may trigger reassessment of the outsourcing risk assessment, particularly when they alter the scope of services, data processing arrangements, or service-level obligations. The agent must recognise when a change order to a regulated outsourcing arrangement triggers regulatory notification or approval requirements.

Defence and Critical Infrastructure. Defence procurement operates under specialised regulations (e.g., UK Defence and Security Public Contracts Regulations 2011, US DFARS) with specific change-order provisions. Cost-plus and cost-reimbursable contracts require change-order governance that addresses cost escalation mechanisms distinct from fixed-price contracts. The agent must be calibrated to the contract pricing model.

Cross-Border Operations. Multi-jurisdictional contracts require change-order governance that accounts for the most restrictive applicable procurement regime. Currency fluctuations may cause a change order to cross a threshold in one jurisdiction's currency but not another's. The system should track threshold proximity in all applicable currencies and escalate when any threshold is approached.

Maturity Model

Basic Implementation — The organisation maintains cumulative change-order tracking per contract. Individual and cumulative value thresholds trigger mandatory escalation to human review. An append-only audit trail records all change orders with justification and approving authority. Change orders that would breach regulatory procurement thresholds are blocked pending legal review. This level meets the minimum mandatory requirements but relies primarily on threshold-based controls without pattern detection or strategic analysis.

Intermediate Implementation — All basic capabilities plus: change orders are categorised by type and tracked by category. Scope-drift detection compares change-order content against original specifications. Rate-of-change monitoring detects acceleration in change-order frequency and value. Tiered approval authority matrices account for both individual and cumulative values. Cross-contract analysis identifies suppliers with above-average change-order patterns. Jurisdictional threshold tracking covers all applicable procurement regimes.

Advanced Implementation — All intermediate capabilities plus: strategic under-bidding detection cross-references change-order scope against losing bidders' original proposals. Predictive modelling forecasts total contract cost at completion. Competitive impact analysis evaluates whether the modified contract would have produced a different procurement outcome. Change-order governance metrics are integrated into supplier performance management and future procurement decisions. Independent audit of change-order governance is conducted annually.

7. Evidence Requirements

Required artefacts:

Retention requirements:

Access requirements:

8. Test Specification

Test 8.1: Cumulative Threshold Enforcement

Test 8.2: Individual Change-Order Escalation

Test 8.3: Cumulative Impact Calculation Accuracy

Test 8.4: New-Scope Detection

Test 8.5: Audit Trail Completeness

Test 8.6: Regulatory Threshold Blocking

Test 8.7: Strategic Under-Bidding Detection

Conformance Scoring

9. Regulatory Mapping

RegulationProvisionRelationship Type
EU Procurement Directive 2014/24/EUArticle 72 (Modification of Contracts)Direct requirement
UK Public Contracts Regulations 2015Regulation 72 (Modification of Contracts)Direct requirement
UK Public Contracts Regulations 2015Regulation 73 (Ineffectiveness)Supports compliance
EU AI ActArticle 9 (Risk Management System)Supports compliance
DORAArticle 28 (Key Principles for ICT Third-Party Risk Management)Supports compliance
US Federal Acquisition Regulation (FAR)FAR Part 43 (Contract Modifications)Direct requirement
ISO 42001Clause 6.1 (Actions to Address Risks)Supports compliance
FCA SYSC8.1 (Outsourcing Requirements)Supports compliance
NIST AI RMFGOVERN 1.3, MANAGE 2.4Supports compliance

EU Procurement Directive 2014/24/EU — Article 72

Article 72 defines the conditions under which contracts may be modified without a new procurement procedure. Modifications are permitted when: they are provided for in the original procurement documents in clear and unambiguous review clauses; additional works, services, or supplies have become necessary and a change of contractor cannot be made for economic or technical reasons; the modification does not alter the overall nature of the contract; the value of the modification is below both the EU procurement threshold and 10% of the original contract value (for services and supplies) or 15% (for works); or unforeseeable circumstances necessitate the modification. Critically, Article 72(2) states that the cumulative value of modifications without a new procedure must not exceed 50% of the original contract value. An AI agent processing change orders on contracts subject to this Directive must enforce these limits as hard constraints. The 25% cumulative threshold in Requirement 4.1 provides an organisational buffer below the 50% regulatory hard limit, ensuring escalation and review well before the regulatory ceiling is approached.

UK Public Contracts Regulations 2015 — Regulations 72 and 73

Regulation 72 mirrors Article 72 of the EU Directive. Regulation 73 provides that a contract may be declared ineffective (void) if modifications amount to a new contract that should have been competitively procured. This creates a severe consequence — contract voidability — for change-order governance failures. AI agents operating on UK public sector contracts must enforce cumulative tracking to prevent modifications that would render the contract ineffective under Regulation 73.

US Federal Acquisition Regulation — FAR Part 43

FAR Part 43 governs contract modifications in US federal procurement. It distinguishes between bilateral modifications (agreed by both parties) and unilateral modifications (exercised by the contracting officer). FAR requires that modifications be within the scope of the original contract — out-of-scope modifications require a new procurement action. The "cardinal change" doctrine provides that modifications that fundamentally alter the nature of the contract are impermissible regardless of the contract's change clause. AI agents processing change orders on US federal contracts must assess whether each modification falls within the original contract's scope and detect cumulative modifications that collectively constitute a cardinal change.

DORA — Article 28

DORA requires financial entities to manage ICT third-party risk throughout the contract lifecycle, including post-award. Material changes to ICT outsourcing arrangements — including scope expansions, service-level modifications, and pricing changes — may trigger reassessment of the outsourcing risk assessment and, in some cases, regulatory notification. Change-order governance for ICT contracts in financial services must integrate with DORA's third-party risk management framework.

10. Failure Severity

FieldValue
Severity RatingHigh
Blast RadiusOrganisation-wide — uncontrolled change orders affect financial integrity, procurement compliance, and competitive fairness across the contract portfolio

Consequence chain: Without change-order governance, post-award contract modifications accumulate without scrutiny, and the organisation loses visibility into the true cost and scope of its contractual commitments. The immediate consequence is financial: uncontrolled change orders erode budget discipline and cause actual spend to exceed authorised spend, sometimes by multiples of the original contract value. The procurement consequence follows: the competitive procurement outcome that determined the original award is progressively undermined as the contract is modified beyond recognition, meaning the organisation is effectively in a sole-source relationship at a price that was never competitively tested. The regulatory consequence is acute for public sector and regulated entities: cumulative change orders that breach procurement thresholds trigger re-competition obligations, and failure to re-compete exposes the organisation to contract voidability, procurement challenges by excluded competitors, and regulatory sanctions. The strategic consequence is that suppliers learn they can win contracts by under-bidding and recover margin through change orders — a dynamic that degrades the integrity of the entire procurement process and penalises suppliers who bid honestly. The compounding consequence is that each uncontrolled change order increases switching costs and operational dependency, making it progressively harder to re-compete the contract even when governance bodies recognise the need — the organisation becomes locked into a supplier relationship whose economics were never market-tested.

Cross-references: AG-001 (Accountability & Role Clarity) ensures that change-order approval authorities are clearly defined and attributed. AG-004 (Governed Exposure Controls) provides the financial guardrails within which change-order thresholds operate. AG-007 (Authority Boundary Enforcement) prevents agents from approving change orders beyond their delegated authority. AG-009 (Compliance Mapping & Regulatory Alignment) ensures that procurement regulatory thresholds are correctly identified and enforced. AG-019 (Human Escalation & Override Triggers) defines the escalation mechanisms used when change orders breach thresholds. AG-022 (Behavioural Drift Detection) detects patterns of increasing change-order approval that may indicate governance erosion. AG-055 (Audit Trail & Provenance) provides the immutable record-keeping infrastructure for change-order audit trails. AG-210 (Cross-Jurisdictional Regulatory Harmonisation) addresses the application of the most restrictive procurement regime when change orders affect multi-jurisdictional contracts. AG-642 (Purchase Authority) defines the delegated procurement authorities that constrain change-order approval levels. AG-646 (Single-Source Exception) governs the justification process when cumulative change orders effectively create a single-source situation. AG-648 (Procurement Fraud Detection) provides detection capabilities for the fraudulent change-order patterns that this dimension's controls are designed to prevent.

Cite this protocol
AgentGoverning. (2026). AG-647: Contract Change-Order Governance. The 783 Protocols of AI Agent Governance, AGS v2.1. agentgoverning.com/protocols/AG-647