Tender

Investment Management Solution & related professional services for the National Wealth Fund Limited

NATIONAL WEALTH FUND LIMITED

This public procurement record has 4 releases in its history.

TenderUpdate

27 Jan 2026 at 15:33

Tender

14 Jan 2026 at 17:18

PlanningUpdate

23 Dec 2025 at 08:29

Planning

24 Oct 2025 at 12:43

Summary of the contracting process

The National Wealth Fund Limited, located in Leeds, is conducting a tender process for an "Investment Management Solution & related professional services" project designed to drive the UK's growth by creating a stable investment environment. This procurement, aligned with the UK Government's strategic priorities, is actively inviting tenders under an open method within the services industry, specifically targeted at IT and software development sectors. Key dates include the submission deadline of 13th February 2026 and the anticipated award by 1st August 2026. This multi-stage tender process will employ a competitive flexible procedure, requiring the engagement of business services capable of supporting a comprehensive investment management tool for their financial operations.

This tender presents various opportunities for IT consultancies, software developers, and professional service firms to engage with a high-value contract, valued at up to £18.6 million, and spanning a potential decade-long term. Companies experienced in financial risk management solutions and capable of integrating diverse financial products like loans, guarantees, and equities into an efficient investment management system will be well-suited to compete. The procurement process includes a preference for value-driven solutions, thus inviting small to medium enterprises (SMEs) to participate. Businesses that can offer innovative solutions to the operational lifecycle challenges detailed in the tender documents, ensuring compliance with International Financial Reporting Standards, stand to benefit substantially from this opportunity facilitated by the National Wealth Fund.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Investment Management Solution & related professional services for the National Wealth Fund Limited

Notice Description

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 PS27.8 billion, with at least PS5.8 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 PS5 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.

Lot Information

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.

Renewal: 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.

Planning Information

1) NWF intends to conduct Early Market Engagement ("EME") with the market through this notice with a view to sharing information and seeking input from the market to inform and shape our procurement plans and approach in November 2025. 2) NWF will provide Suppliers with an opportunity to feedback on a number of documents it intends to release as part of its tender and the proposed tender process and timelines. 3) These documents will be accessed via the live opportunities list on NWF's Atamis eSourcing Portal in accordance with the instructions below in step 6 and completed feedback must be submitted via the eSourcing Portal (Atamis). We expect the documentation to be available from the week commencing the 10th November 2025. 4) Respondents can indicate whether they are open to a follow up meeting (s) to discuss any of the feedback they provide. Please note that due to time and resource constraints, it may not be possible for NWF to meet with all interested suppliers. In the event that the level of supplier interest in our market engagement activities exceeds our capacity to accommodate individual meetings, we reserve the right to schedule meetings on a first come, first served basis or with a representative sample of those who have submitted requests. NWF takes the view that this will constitute a fair mechanism to ensure that a range of suppliers within the market are represented (e.g., by similar solutions or responses). To ensure transparency and equal treatment, all relevant information shared by NWF with suppliers during these meetings will also be made available to the wider market at a later date. Please note that participation in this engagement will not confer any advantage or preference in relation to any future procurement process Further information will be able to be found in the documents in Atamis. Please be advised that the estimated value of this requirement or timelines cannot be derived until the completion of the Early Market Engagement activities. 5) Interested organisations should note that the procurement strategy and timetable have not been finalised at this stage. NWF will collate and analyse the responses received to decide on its final requirements and tender documents. Responses may be used to develop and scope the procurement strategy and process. NWF will make a final decision on the procurement strategy, timetable, and content of the procurement documentation, having considered feedback, although NWF it not obliged to incorporate any of the feedback received into the ultimate process/documentation. This market engagement exercise does not constitute a commitment to undertake any procurement activity. NWF expects to award one contract for the services but reserves the right to divide the scope into lots / service areas for bidding purposes and/or carve out some elements of the service scope and procure these separately or to pursue in-house solutions. 6) To access, please register on Atamis, available on the following link: https://atamis-3929.my.site.com/s/Welcome and send an email to Procurement@nationalwealthfund.org.uk to be included and once the early market engagement activity begins, we will add you to the event to view the documentation. This will then be visible on the 'View our Live Opportunities' from the home page on Atamis, If 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. We expect the documentation to be available from the week commencing the 10th November 2025.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05d370
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/007211-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support

98 - Other community, social and personal services


CPV Codes

48517000 - IT software package

72000000 - IT services: consulting, software development, Internet and support

72212517 - IT software development services

72260000 - Software-related services

72263000 - Software implementation services

72312000 - Data entry services

98110000 - Services furnished by business, professional and specialist organisations

Notice Value(s)

Tender Value
£15,500,000 £10M-£100M
Lots Value
£15,500,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Jan 20263 weeks ago
Submission Deadline
13 Feb 2026Expired
Future Notice Date
6 Jan 2026Expired
Award Date
Not specified
Contract Period
12 Aug 2026 - 13 Aug 2032 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NATIONAL WEALTH FUND LIMITED
Contact Name
Not specified
Contact Email
procurement@nationalwealthfund.org.uk
Contact Phone
Not specified

Buyer Location

Locality
LEEDS
Postcode
LS1 4HR
Post Town
Leeds
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE42 Leeds
Delivery Location
Not specified

Local Authority
Leeds
Electoral Ward
Hunslet & Riverside
Westminster Constituency
Leeds South

Further Information

Notice Documents

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-05d370-2026-01-27T15:33:17Z",
    "date": "2026-01-27T15:33:17Z",
    "ocid": "ocds-h6vhtk-05d370",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PZLH-3537-RPCP",
            "name": "National Wealth Fund Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PZLH-3537-RPCP"
            },
            "address": {
                "streetAddress": "2 Whitehall Quay, Leeds, LS1 4HR",
                "locality": "Leeds",
                "postalCode": "LS1 4HR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE42"
            },
            "contactPoint": {
                "email": "procurement@nationalwealthfund.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://atamis-3929.my.site.com/s/Welcome",
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PZLH-3537-RPCP",
        "name": "National Wealth Fund Limited"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "1) NWF intends to conduct Early Market Engagement (\"EME\") with the market through this notice with a view to sharing information and seeking input from the market to inform and shape our procurement plans and approach in November 2025. 2) NWF will provide Suppliers with an opportunity to feedback on a number of documents it intends to release as part of its tender and the proposed tender process and timelines. 3) These documents will be accessed via the live opportunities list on NWF's Atamis eSourcing Portal in accordance with the instructions below in step 6 and completed feedback must be submitted via the eSourcing Portal (Atamis). We expect the documentation to be available from the week commencing the 10th November 2025. 4) Respondents can indicate whether they are open to a follow up meeting (s) to discuss any of the feedback they provide. Please note that due to time and resource constraints, it may not be possible for NWF to meet with all interested suppliers. In the event that the level of supplier interest in our market engagement activities exceeds our capacity to accommodate individual meetings, we reserve the right to schedule meetings on a first come, first served basis or with a representative sample of those who have submitted requests. NWF takes the view that this will constitute a fair mechanism to ensure that a range of suppliers within the market are represented (e.g., by similar solutions or responses). To ensure transparency and equal treatment, all relevant information shared by NWF with suppliers during these meetings will also be made available to the wider market at a later date. Please note that participation in this engagement will not confer any advantage or preference in relation to any future procurement process Further information will be able to be found in the documents in Atamis. Please be advised that the estimated value of this requirement or timelines cannot be derived until the completion of the Early Market Engagement activities. 5) Interested organisations should note that the procurement strategy and timetable have not been finalised at this stage. NWF will collate and analyse the responses received to decide on its final requirements and tender documents. Responses may be used to develop and scope the procurement strategy and process. NWF will make a final decision on the procurement strategy, timetable, and content of the procurement documentation, having considered feedback, although NWF it not obliged to incorporate any of the feedback received into the ultimate process/documentation. This market engagement exercise does not constitute a commitment to undertake any procurement activity. NWF expects to award one contract for the services but reserves the right to divide the scope into lots / service areas for bidding purposes and/or carve out some elements of the service scope and procure these separately or to pursue in-house solutions. 6) To access, please register on Atamis, available on the following link: https://atamis-3929.my.site.com/s/Welcome and send an email to Procurement@nationalwealthfund.org.uk to be included and once the early market engagement activity begins, we will add you to the event to view the documentation. This will then be visible on the 'View our Live Opportunities' from the home page on Atamis, If 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. We expect the documentation to be available from the week commencing the 10th November 2025.",
                "dueDate": "2025-12-05T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "068219-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/068219-2025",
                "datePublished": "2025-10-24T13:43:50+01:00",
                "format": "text/html"
            },
            {
                "id": "085624-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/085624-2025",
                "datePublished": "2025-12-23T08:29:43Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "C1214",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Investment Management Solution & related professional services for the National Wealth Fund Limited",
        "description": "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 PS27.8 billion, with at least PS5.8 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 PS5 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.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48517000",
                        "description": "IT software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "98110000",
                        "description": "Services furnished by business, professional and specialist organisations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72263000",
                        "description": "Software implementation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72312000",
                        "description": "Data entry services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72212517",
                        "description": "IT software development services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 18600000,
            "amount": 15500000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-08-13T00:00:00+01:00",
                    "endDate": "2032-08-13T23:59:59+01:00",
                    "maxExtentDate": "2037-08-13T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 18600000,
                    "amount": 15500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Weightings information is further detailed in Appendix 5 of the ITT - the Tender Assessment Methodology. Covers quality, implementation, migration, change management, alignment to NWF's non-functional requirements, ability to meet the requirements and social value. Social Value shall account for 10% weighting.",
                            "numbers": [
                                {
                                    "number": 75,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Commercial",
                            "description": "Covers price and a commercial questionnaire which includes a number of questions, principles and contracting. Weightings information is further detailed in Appendix 5 of the ITT - the Tender Assessment Methodology.",
                            "numbers": [
                                {
                                    "number": 25,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Weightings information is further detailed in Appendix 5 of the ITT - the Tender Assessment Methodology. Covers quality, implementation, migration, change management, alignment to NWF's non-functional requirements, ability to meet the requirements and social value. Social Value shall account for 10% weighting.",
                            "numbers": [
                                {
                                    "number": 75,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Commercial",
                            "description": "Covers price and a commercial questionnaire which includes a number of questions, principles and contracting. Weightings information is further detailed in Appendix 5 of the ITT - the Tender Assessment Methodology.",
                            "numbers": [
                                {
                                    "number": 25,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please see the conditions of participation in Appendix 6 - Procurement Specific Questionnaire."
                        },
                        {
                            "type": "technical",
                            "description": "Please see the conditions of participation in Appendix 6 - Procurement Specific Questionnaire. NWF 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": "economic",
                            "description": "Please see the conditions of participation in Appendix 6 - Procurement Specific Questionnaire."
                        },
                        {
                            "type": "technical",
                            "description": "Please see the conditions of participation in Appendix 6 - Procurement Specific Questionnaire. NWF 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."
                        }
                    ]
                },
                "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."
                },
                "hasOptions": true,
                "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."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-06T23:59:59Z"
        },
        "status": "active",
        "amendments": [
            {
                "id": "085624-2025",
                "description": "Publication date of tender notice (estimated) updated."
            },
            {
                "id": "007211-2026",
                "description": "Extending the date for the first round submissions to Friday 13 February 2026 at 14.00"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "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. Round 1 - Submission of conditions of participation and initial tender. Tenderers may be invited as part of Round 1to offer presentations of their proposed Solution to NWF. Shortlisted Tenderers shall then progress to the next round based upon the award criteria provided in Appendix 5 - the Tender Assessment Document. Round 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. Clarification and evaluation of updated Tender responses. Round 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. Notification of outcome to Tenderers. NWF 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's 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. Upon 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. NWF will only appoint one supplier as part of the tender process. NWF 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's proposed contractual terms are acceptable for progression in the procurement process. It is anticipated that the procurement shall include negotiation. This will take place with Shortlisted Tenderers after round 1 who remain in the process. The 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."
        },
        "submissionMethodDetails": "To gain access to the documentation and submit your proposal for this opportunity, please register on Atamis, available on the following link: https://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 'View our Live Opportunities' from the home page on Atamis. If 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. The tender documents provided are as follows, with associated appendixes:- * Invitation to Tender * Appendix 1 - Glossary * Appendix 2 - Rules of the Procurement * Appendix 3 - Specification * Appendix 4 - Draft Contract terms * Appendix 5 - Tender Assessment Methodology * Appendix 6 - Qualification Response: Procurement Specific Questionnaire * Appendix 7 - Technical Response: Award Questionnaire * Appendix 8 - Commercial Response: Pricing Template * Appendix 9 - Confidential and Commercially Sensitive Information * Appendix 10 - Form of Tender * Appendix 11 - Tender Response Checklist * Appendix 12 - Non-Functional Requirements * Appendix 13 - Compliance Matrix",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-13T14:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-01-22T16:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-08-01T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "003266-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/003266-2026",
                "datePublished": "2026-01-14T17:18:35Z",
                "format": "text/html"
            },
            {
                "id": "007211-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/007211-2026",
                "datePublished": "2026-01-27T15:33:17Z",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Payment terms will be in accordance with the published procurement documents"
        }
    },
    "language": "en"
}