Buyer Name: National Wealth Fund Limited
Buyer Address: 2 Whitehall Quay, Leeds, LS1 4HR, Leeds, UKE42, LS1 4HR, United Kingdom
Contact Email: procurement@nationalwealthfund.org.uk
Buyer Name: National Wealth Fund Limited
Buyer Address: 2 Whitehall Quay, Leeds, LS1 4HR, Leeds, UKE42, LS1 4HR, United Kingdom
Contact Email: procurement@nationalwealthfund.org.uk
The National Wealth Fund Limited ("NWF"), the successor to the UK Infrastructure Bank, has been established to drive the nation's growth by creating a stable investment environment and mobilising private capital to align with the UK Government's strategic priorities. As NWF we will support a wider range of sectors beyond infrastructure, aligning with the Government's industrial strategy. NWF have a total capital of £27.8 billion, with at least £5.8 billion dedicated to green hydrogen, carbon capture, ports, gigafactories, and green steel. This aligns with the principle of achieving policy objectives via sound banking. Our private sector function will provide corporate and project finance and invest across the capital structure, including senior debt, mezzanine, guarantees and equity. Our local authority function will lend to local authorities at a preferential rate for high value and strategic projects of at least £5 million. NWF have previously undertaken early market engagement for an Investment management solution and related services NWF now wish to undertake a tender for the appointment of a supplier to provide an investment management solution and related professional services. The investment management solution must include all of the below relating to the financial and operational lifecycle of a deal post go-live, namely:- • Investment set up (booking a deal) • Output for the purposes of accounting in-line with International Financial Reporting Standards (IFRS). • Investment management of a deal (calculation of cashflow) • Investment closure (ending a deal) • Risk management of a deal • Licences and implementation services related to the above • Integration support to NWF solutions • Migration of NWF deals/loanbook • Professional services related to the above NWF currently has a number of tools providing these services internally. The solution and services need to: • be able to facilitate all our product sets, including but not limited to:- Debt (bullet repayment loan, amortising loan, revolving credit facility, bridge finance, bonds and portfolio loans such as warehousing), Guarantee (financial guarantee, performance, inflation linked, credit enhancement & first loss) and Equity (ordinary shares, preference shares, fund investments, convertible loan notes, PIK shares). • be capable of supporting our users in daily workflows across our Financial Risk Management, Finance Operations, Financial Control, Portfolio Management and Treasury teams to enable NWF to manage and monitor its investment in an efficient and transparent manner. • be capable of meeting our requirements and offer value for money. NWF is seeking to appoint one contracting entity to provide the services under this competitive flexible procedure. Further detail is included in the procurement documents pack made available by NWF in respect of this tender notice.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/007211-2026
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Has Options: Yes
Lot 1 Options: Possible extension for further 5 years up to 13 August 2037. This provides up to 10 Years in total from the point the solution goes live.
Lot 1 Value: GBP 15,500,000.00
Lot 1 Value (Gross): GBP 18,600,000.00
Lot 1 Contract Start: 2026-08-13T00:00:00+01:00
Lot 1 Contract End: 2032-08-13T23:59:59+01:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Technical (75%)
Lot 1 Award Criterion (cost): Commercial (25%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PZLH-3537-RPCP",
"name": "National Wealth Fund Limited"
},
"date": "2026-01-27T15:33:17Z",
"id": "007211-2026",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-05d370",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "Leeds",
"postalCode": "LS1 4HR",
"region": "UKE42",
"streetAddress": "2 Whitehall Quay, Leeds, LS1 4HR"
},
"contactPoint": {
"email": "procurement@nationalwealthfund.org.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
}
],
"url": "https://atamis-3929.my.site.com/s/Welcome"
},
"id": "GB-PPON-PZLH-3537-RPCP",
"identifier": {
"id": "PZLH-3537-RPCP",
"scheme": "GB-PPON"
},
"name": "National Wealth Fund Limited",
"roles": [
"buyer"
]
}
],
"tag": [
"tenderUpdate"
],
"tender": {
"aboveThreshold": true,
"amendments": [
{
"description": "Extending the date for the first round submissions to Friday 13 February 2026 at 14.00",
"id": "007211-2026"
}
],
"awardPeriod": {
"endDate": "2026-08-01T23:59:59+01:00"
},
"contractTerms": {
"financialTerms": "Payment terms will be in accordance with the published procurement documents"
},
"description": "The National Wealth Fund Limited (\"NWF\"), the successor to the UK Infrastructure Bank, has been established to drive the nation\u0027s growth by creating a stable investment environment and mobilising private capital to align with the UK Government\u0027s strategic priorities. As NWF we will support a wider range of sectors beyond infrastructure, aligning with the Government\u0027s industrial strategy. NWF have a total capital of \u00a327.8 billion, with at least \u00a35.8 billion dedicated to green hydrogen, carbon capture, ports, gigafactories, and green steel. This aligns with the principle of achieving policy objectives via sound banking. Our private sector function will provide corporate and project finance and invest across the capital structure, including senior debt, mezzanine, guarantees and equity. Our local authority function will lend to local authorities at a preferential rate for high value and strategic projects of at least \u00a35 million.\nNWF have previously undertaken early market engagement for an Investment management solution and related services\nNWF now wish to undertake a tender for the appointment of a supplier to provide an investment management solution and related professional services.\nThe investment management solution must include all of the below relating to the financial and operational lifecycle of a deal post go-live, namely:-\n\u2022 Investment set up (booking a deal)\n\u2022 Output for the purposes of accounting in-line with International Financial Reporting Standards (IFRS).\n\u2022 Investment management of a deal (calculation of cashflow)\n\u2022 Investment closure (ending a deal)\n\u2022 Risk management of a deal\n\u2022 Licences and implementation services related to the above\n\u2022 Integration support to NWF solutions\n\u2022 Migration of NWF deals/loanbook\n\u2022 Professional services related to the above\nNWF currently has a number of tools providing these services internally.\nThe solution and services need to:\n\u2022 be able to facilitate all our product sets, including but not limited to:- Debt (bullet repayment loan, amortising loan, revolving credit facility, bridge finance, bonds and portfolio loans such as warehousing), Guarantee (financial guarantee, performance, inflation linked, credit enhancement \u0026 first loss) and Equity (ordinary shares, preference shares, fund investments, convertible loan notes, PIK shares).\n\u2022 be capable of supporting our users in daily workflows across our Financial Risk Management, Finance Operations, Financial Control, Portfolio Management and Treasury teams to enable NWF to manage and monitor its investment in an efficient and transparent manner.\n\u2022 be capable of meeting our requirements and offer value for money.\nNWF is seeking to appoint one contracting entity to provide the services under this competitive flexible procedure.\nFurther detail is included in the procurement documents pack made available by NWF in respect of this tender notice.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2026-01-27T15:33:17Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "007211-2026",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/007211-2026"
}
],
"enquiryPeriod": {
"endDate": "2026-01-22T16:00:00Z"
},
"id": "C1214",
"items": [
{
"additionalClassifications": [
{
"description": "IT services: consulting, software development, Internet and support",
"id": "72000000",
"scheme": "CPV"
},
{
"description": "Software-related services",
"id": "72260000",
"scheme": "CPV"
},
{
"description": "IT software package",
"id": "48517000",
"scheme": "CPV"
},
{
"description": "Services furnished by business, professional and specialist organisations",
"id": "98110000",
"scheme": "CPV"
},
{
"description": "Software implementation services",
"id": "72263000",
"scheme": "CPV"
},
{
"description": "Data entry services",
"id": "72312000",
"scheme": "CPV"
},
{
"description": "IT software development services",
"id": "72212517",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"country": "GB",
"countryName": "United Kingdom",
"region": "UK"
}
],
"id": "1",
"relatedLot": "1"
}
],
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"lots": [
{
"awardCriteria": {
"criteria": [
{
"description": "Weightings information is further detailed in Appendix 5 of the ITT - the Tender Assessment Methodology.\nCovers quality, implementation, migration, change management, alignment to NWF\u0027s non-functional requirements, ability to meet the requirements and social value. Social Value shall account for 10% weighting.",
"name": "Technical",
"numbers": [
{
"number": 75.0,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Covers price and a commercial questionnaire which includes a number of questions, principles and contracting.\nWeightings information is further detailed in Appendix 5 of the ITT - the Tender Assessment Methodology.",
"name": "Commercial",
"numbers": [
{
"number": 25.0,
"weight": "percentageExact"
}
],
"type": "cost"
}
]
},
"contractPeriod": {
"endDate": "2032-08-13T23:59:59+01:00",
"maxExtentDate": "2037-08-13T23:59:59+01:00",
"startDate": "2026-08-13T00:00:00+01:00"
},
"hasOptions": true,
"hasRenewal": true,
"id": "1",
"options": {
"description": "Possible extension for further 5 years up to 13 August 2037. This provides up to 10 Years in total from the point the solution goes live."
},
"renewal": {
"description": "Contract award date is estimated and is subject to change through the procurement process. Contracting period will be for a period of up to 10 years from when the solution goes live. The initial contract term will be 5 years from the date the solution is live with extension options to be exercised by NWF for a further 5 years."
},
"selectionCriteria": {
"criteria": [
{
"description": "Please see the conditions of participation in Appendix 6 - Procurement Specific Questionnaire.",
"type": "economic"
},
{
"description": "Please see the conditions of participation in Appendix 6 - Procurement Specific Questionnaire.\nNWF are specifying a number of mandatory requirements a Tenderer must be able to meet as a pass/fail response in Appendix 6 - Procurement Specific Questionnaire and within the ITT. Such proposals which fail may not then be further evaluated and as a result a full assessment summary would not be available to the relevant Tenderers.",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"value": {
"amount": 15500000.0,
"amountGross": 18600000.0,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "This procurement will include multiple tendering rounds. NWF reserves the right not to proceed to a specific round of the tendering process at its discretion in accordance with the tender documentation.\nRound 1 - Submission of conditions of participation and initial tender.\nTenderers may be invited as part of Round 1to offer presentations of their proposed Solution to NWF.\nShortlisted Tenderers shall then progress to the next round based upon the award criteria provided in Appendix 5 - the Tender Assessment Document.\nRound 2 - Invitation to negotiate and dialogue through a combination of workshops, demonstrations, calculation veracity and/or potential sandbox activity before submission of an updated Tender response.\nClarification and evaluation of updated Tender responses.\nRound 3 - a further negotiation and dialogue stage which will focus on updating the implementation, commercial and Contract response only with the Shortlisted Tenderers or the top scoring two tenderers only.\nNotification of outcome to Tenderers.\nNWF recognises that some Tenderers may not be familiar with public procurement procedures and therefore NWF will make available a number of meeting slots for one to one meetings with Tenderers to address any queries on the procurement process and NWF\u0027s requirements for a valid tender. Any additional information provided in such meetings will be circulated to all Tenderers. Any Tenderer that wishes to book a slot (which are available on a first come first served basis) should contact procurement via the Atamis Portal before Monday 19th January 2026. Such meeting shall be no more than 30 minutes.\nUpon written notice, as detailed in the tender documentation, Tenderers may submit a variant bid, provided they meet the minimum requirements set out in the tender documents and have received prior approval for the proposed variant bid from NWF as set out in the Invitation to Tender. Suppliers are limited to only one alternative/variant proposal. Each tender will be evaluated independently in accordance with the evaluation criteria. Tenderers must clearly identify each submission and ensure compliance with all instructions in the Invitation to Tender.\nNWF will only appoint one supplier as part of the tender process.\nNWF has a preference to use its own contract terms in a Letter of Appointment. NWF reserves the right to amend the terms of the Letter of Appointment (Appendix 4 of the ITT) during the tender process. Following round 2, a pass/fail assessment will be applied to determine whether the supplier\u0027s proposed contractual terms are acceptable for progression in the procurement process.\nIt is anticipated that the procurement shall include negotiation. This will take place with Shortlisted Tenderers after round 1 who remain in the process.\nThe number of suppliers progressing to Round 2 will be no more than 5 suppliers with a minimum of 3 suppliers (unless there are a lower number of compliant proposals or a tie-break situation develops). If this occurs NWF may take forward less than 3 suppliers or more than 5 suppliers. Round 3, if used, may shortlist down to a maximum of two suppliers. The criteria for deciding which suppliers and the number of suppliers will be based upon the most advantageous tender responses which are scored in accordance with Appendix 5 - the Tender Assessment Document."
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"status": "active",
"submissionMethodDetails": "To gain access to the documentation and submit your proposal for this opportunity, please register on Atamis, available on the following link:\u202fhttps://atamis-3929.my.site.com/s/Welcome and send an email to Procurement@nationalwealthfund.org.uk to be included and once the event is live, we will add you to the event to view the documentation. This will then be visible on the \u0027View our Live Opportunities\u0027 from the home page on Atamis.\nIf you are not already registered on the system, you will need to do so before gaining full access to the documentation and being able to submit your response.\nThe tender documents provided are as follows, with associated appendixes:-\n\u2022 Invitation to Tender\n\u2022 Appendix 1 - Glossary\n\u2022 Appendix 2 - Rules of the Procurement\n\u2022 Appendix 3 - Specification\n\u2022 Appendix 4 - Draft Contract terms\n\u2022 Appendix 5 - Tender Assessment Methodology\n\u2022 Appendix 6 - Qualification Response: Procurement Specific Questionnaire\n\u2022 Appendix 7 - Technical Response: Award Questionnaire\n\u2022 Appendix 8 - Commercial Response: Pricing Template\n\u2022 Appendix 9 - Confidential and Commercially Sensitive Information\n\u2022 Appendix 10 - Form of Tender\n\u2022 Appendix 11 - Tender Response Checklist\n\u2022 Appendix 12 - Non-Functional Requirements\n\u2022 Appendix 13 - Compliance Matrix",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-02-13T14:00:00Z"
},
"title": "Investment Management Solution \u0026 related professional services for the National Wealth Fund Limited",
"value": {
"amount": 15500000.0,
"amountGross": 18600000.0,
"currency": "GBP"
}
}
}