Notice Information
Notice Title
Long Term Management Due Diligence
Notice Description
The National Wealth Fund ("NWF") regularly requires the provision of Management Due Diligence services in support of individual equity investment opportunities under consideration. In order to streamline and standardise the commissioning of these services, NWF is seeking to establish two overarching contractual arrangements from which services may be called off on a Statement of Work basis as individual investment opportunities arise. It is NWF's intention to award contracts to two (2) suitably qualified suppliers, reflecting the potential for conflicts of interest that may arise in relation to target companies. Each contract is anticipated to be for a duration of four (4) years. Whilst the contracts will be established on a no-committed spend basis, it is anticipated that they will represent the default route for the procurement of Management Due Diligence services throughout the contract term. The required outputs and deliverables associated with the services shall comprise draft and final Management Due Diligence reports. Services may be undertaken in respect of any combination of the following individuals, as specified by NWF on a case-by-case basis: - Founders and co-founders - Executive directors - Members of the senior leadership team - Functional leads and other key individuals identified by NWF By way of a high-level illustrative example, the typical scope of services may include, but is not limited to, the following elements: - Management Capability Assessment: A comprehensive assessment of the capability, effectiveness, and overall suitability of the target company's management team. - Referencing and Evidence Gathering: The undertaking of referencing and evidence-gathering activities, which may include, as appropriate: referencing with previous employers or colleagues; referencing with current employees; and blinded or anonymised reference discussions. - Integrity and Background Checks: Where relevant to the target company, the completion of integrity and background checks. - Compensation and Incentives Review: Where relevant, a review of management remuneration and incentive arrangements, including benchmarking of base salary, variable cash compensation, equity participation, and option schemes. - Enhanced Team Effectiveness and Psychometric Assessment: Where relevant, enhanced assessment of team effectiveness, potentially including the administration and interpretation of recognised psychometric or behavioural assessment tools at an individual and/or team level. - Regulatory, Government, and Stakeholder Engagement: Where relevant, an assessment of management's experience in engaging with central and local government bodies, together with experience of regulatory compliance and planning processes. Please note that some elements are likely to be optional specialisms at an overarching contract level, we would welcome market feedback on this. Full details of the scope of work and associated requirements will be set out in the future Invitation to Tender documentation.
Planning Information
We would welcome expressions of interest, or any feedback on the proposed structure and outline scope. This can be sent to procurement@nationalwealthfund.org.uk before the engagement deadline 14th April 2026. Please quote C1277 Long Term Management Due Diligence in the subject line of your email.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0677f7
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/029169-2026
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- UK2 - Preliminary Market Engagement Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- 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
79410000 - Business and management consultancy services
Notice Value(s)
- Tender Value
- £1,500,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Mar 20264 days ago
- Submission Deadline
- Not specified
- Future Notice Date
- 24 Apr 20263 weeks to go
- Award Date
- Not specified
- Contract Period
- 29 Jun 2026 - 29 Jun 2030 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planning
- Lots Status
- Planning
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NATIONAL WEALTH FUND LIMITED
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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
-
https://www.find-tender.service.gov.uk/Notice/029169-2026
30th March 2026 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-0677f7-2026-03-30T14:46:41+01:00",
"date": "2026-03-30T14:46:41+01:00",
"ocid": "ocds-h6vhtk-0677f7",
"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": "We would welcome expressions of interest, or any feedback on the proposed structure and outline scope. This can be sent to procurement@nationalwealthfund.org.uk before the engagement deadline 14th April 2026. Please quote C1277 Long Term Management Due Diligence in the subject line of your email.",
"dueDate": "2026-04-14T23:59:59+01:00",
"status": "scheduled"
}
],
"documents": [
{
"id": "029169-2026",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/029169-2026",
"datePublished": "2026-03-30T14:46:41+01:00",
"format": "text/html"
}
]
},
"tender": {
"id": "C1277",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Long Term Management Due Diligence",
"description": "The National Wealth Fund (\"NWF\") regularly requires the provision of Management Due Diligence services in support of individual equity investment opportunities under consideration. In order to streamline and standardise the commissioning of these services, NWF is seeking to establish two overarching contractual arrangements from which services may be called off on a Statement of Work basis as individual investment opportunities arise. It is NWF's intention to award contracts to two (2) suitably qualified suppliers, reflecting the potential for conflicts of interest that may arise in relation to target companies. Each contract is anticipated to be for a duration of four (4) years. Whilst the contracts will be established on a no-committed spend basis, it is anticipated that they will represent the default route for the procurement of Management Due Diligence services throughout the contract term. The required outputs and deliverables associated with the services shall comprise draft and final Management Due Diligence reports. Services may be undertaken in respect of any combination of the following individuals, as specified by NWF on a case-by-case basis: - Founders and co-founders - Executive directors - Members of the senior leadership team - Functional leads and other key individuals identified by NWF By way of a high-level illustrative example, the typical scope of services may include, but is not limited to, the following elements: - Management Capability Assessment: A comprehensive assessment of the capability, effectiveness, and overall suitability of the target company's management team. - Referencing and Evidence Gathering: The undertaking of referencing and evidence-gathering activities, which may include, as appropriate: referencing with previous employers or colleagues; referencing with current employees; and blinded or anonymised reference discussions. - Integrity and Background Checks: Where relevant to the target company, the completion of integrity and background checks. - Compensation and Incentives Review: Where relevant, a review of management remuneration and incentive arrangements, including benchmarking of base salary, variable cash compensation, equity participation, and option schemes. - Enhanced Team Effectiveness and Psychometric Assessment: Where relevant, enhanced assessment of team effectiveness, potentially including the administration and interpretation of recognised psychometric or behavioural assessment tools at an individual and/or team level. - Regulatory, Government, and Stakeholder Engagement: Where relevant, an assessment of management's experience in engaging with central and local government bodies, together with experience of regulatory compliance and planning processes. Please note that some elements are likely to be optional specialisms at an overarching contract level, we would welcome market feedback on this. Full details of the scope of work and associated requirements will be set out in the future Invitation to Tender documentation.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 1800000,
"amount": 1500000,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-06-30T00:00:00+01:00",
"endDate": "2030-06-29T23:59:59+01:00"
},
"status": "planning"
}
],
"communication": {
"futureNoticeDate": "2026-04-24T23:59:59+01:00"
},
"status": "planning"
},
"language": "en"
}