Buyer Name: Department for Transport
Buyer Address: Great Minster House, 33 Horseferry Road, London, UKI32, SW1P 4DR, United Kingdom
Contact Email: dftc.procurement@dft.gov.uk
Buyer Name: Department for Transport
Buyer Address: Great Minster House, 33 Horseferry Road, London, UKI32, SW1P 4DR, United Kingdom
Contact Email: dftc.procurement@dft.gov.uk
The Lower Thames Crossing is a proposed new 14.3-mile road and tunnel which will pass under the river Thames connecting Kent and Essex, the scheme includes two 2.6-mile tunnels under the Thames, with roads required on either side to link it into the existing network. HMG have been examining private finance options for the main works. The leading option is now a Regulated Asset Base model, in which a new economically regulated company (LTC Co) will undertake the main construction works, as well as maintain and operate both Lower Thames Crossing and Dartford Crossings. The Department for Transport intends to contract with an organisation to act as a Strategic Sale Advisor, responsible for leading and executing the Lower Thames Crossing Co sale. Key responsibilities for the Strategic Sale Advisor will include: Capital Markets Advisory, Market Engagement & Investor Outreach, Credit Rating Process, Equity Sale Execution & Transaction Finalisation. The Department for Transport (DfT) and National Highways (NH) will be the transaction principals with all decision-making authority reserved to them. The Srategic Sale Advisor will be acting in an advisory capacity only with no authority to transact on behalf of DfT/NH. A successful outcome for the project will be determined by a transaction that achieves a timely competitive sale of the LTC Co, including the Dartford Crossing, to private sector investors with acceptable user charge levels representing value-for-money to society and minimal or no government support package.
No linked documents found for this notice.
External Link: https://www.find-tender.service.gov.uk/Notice/070096-2025
Link Description: Tender notice on Find a Tender
Lot 1 Status: active
Lot 1 Has Options: Yes
Lot 1 Options: DfT reserves the right to vary the contract in accordance with Schedule 8, Paragraph 5 of the Procurement Act 2023 as a result of a materialisation of a known risk (including the potential need to vary this contract to permit the SSA to offer a stapled-debt financing solution (including arranging on a syndicated basis), which would be made available to all prospective investors on an equal basis).
Lot 1 Value: GBP 20,000,000
Lot 1 Value (Gross): GBP 24,000,000
Lot 1 Contract Start: 2026-01-07T00:00:00+00:00
Lot 1 Contract End: 2027-12-31T23:59:59+00:00
Lot 1 SME Suitable: Yes
Lot 1 Award Criterion (quality): Stage 1 Quality Questionnaire (70%)
Lot 1 Award Criterion (quality): Stage 2 Presentation/ Interview (10%)
Lot 1 Award Criterion (price): Price (20%)
Document Description: Not published
Document Description: Tender notice on Find a Tender
{
"buyer": {
"id": "GB-PPON-PLTC-5358-LTWZ",
"name": "Department for Transport"
},
"date": "2025-10-31T13:13:54Z",
"id": "070096-2025",
"initiationType": "tender",
"language": "en",
"ocid": "ocds-h6vhtk-059057",
"parties": [
{
"address": {
"country": "GB",
"countryName": "United Kingdom",
"locality": "London",
"postalCode": "SW1P 4DR",
"region": "UKI32",
"streetAddress": "Great Minster House, 33 Horseferry Road"
},
"contactPoint": {
"email": "dftc.procurement@dft.gov.uk"
},
"details": {
"classifications": [
{
"description": "Public authority - central government",
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE"
}
]
},
"id": "GB-PPON-PLTC-5358-LTWZ",
"identifier": {
"id": "PLTC-5358-LTWZ",
"scheme": "GB-PPON"
},
"name": "Department for Transport",
"roles": [
"buyer"
]
}
],
"tag": [
"tender"
],
"tender": {
"aboveThreshold": true,
"awardPeriod": {
"endDate": "2025-12-19T23:59:59+00:00"
},
"coveredBy": [
"GPA"
],
"description": "The Lower Thames Crossing is a proposed new 14.3-mile road and tunnel which will pass under the river Thames connecting Kent and Essex, the scheme includes two 2.6-mile tunnels under the Thames, with roads required on either side to link it into the existing network. \nHMG have been examining private finance options for the main works. The leading option is now a Regulated Asset Base model, in which a new economically regulated company (LTC Co) will undertake the main construction works, as well as maintain and operate both Lower Thames Crossing and Dartford Crossings. \nThe Department for Transport intends to contract with an organisation to act as a Strategic Sale Advisor, responsible for leading and executing the Lower Thames Crossing Co sale. Key responsibilities for the Strategic Sale Advisor will include: Capital Markets Advisory, Market Engagement \u0026 Investor Outreach, Credit Rating Process, Equity Sale Execution \u0026 Transaction Finalisation.\nThe Department for Transport (DfT) and National Highways (NH) will be the transaction principals with all decision-making authority reserved to them. The Srategic Sale Advisor will be acting in an advisory capacity only with no authority to transact on behalf of DfT/NH.\nA successful outcome for the project will be determined by a transaction that achieves a timely competitive sale of the LTC Co, including the Dartford Crossing, to private sector investors with acceptable user charge levels representing value-for-money to society and minimal or no government support package.",
"documents": [
{
"description": "Not published",
"documentType": "conflictOfInterest",
"id": "conflictOfInterest"
},
{
"datePublished": "2025-10-31T13:13:54Z",
"description": "Tender notice on Find a Tender",
"documentType": "tenderNotice",
"format": "text/html",
"id": "070096-2025",
"noticeType": "UK4",
"url": "https://www.find-tender.service.gov.uk/Notice/070096-2025"
}
],
"enquiryPeriod": {
"endDate": "2025-11-14T12:00:00+00:00"
},
"id": "TRCF3099",
"items": [
{
"additionalClassifications": [
{
"description": "Investment banking services and related services",
"id": "66120000",
"scheme": "CPV"
},
{
"description": "Corporate finance and venture capital services",
"id": "66122000",
"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": "Written submission covering the following areas:\nRelevant experience and expertise\nApproach and Methodology\nResourcing\nSocial Value\nFull details can be found within the tender documents available via the DfT Sourcing Portal: https://dft.app.jaggaer.com/web/login.html.",
"name": "Stage 1 Quality Questionnaire",
"numbers": [
{
"number": 70,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "In-person presentation covering the following areas:\nOpportunity positioning\nPrecedent transactions\nCollaboration and challenge\nFull details can be found within the tender documents available via the DfT Sourcing Portal: https://dft.app.jaggaer.com/web/login.html.",
"name": "Stage 2 Presentation/ Interview",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
],
"type": "quality"
},
{
"description": "Tenderers are required to submit their Total Bid Fee for delivery of the full requirement\nFull details can be found within the tender documents available via the DfT Sourcing Portal: https://dft.app.jaggaer.com/web/login.html.",
"name": "Price",
"numbers": [
{
"number": 20,
"weight": "percentageExact"
}
],
"type": "price"
}
]
},
"contractPeriod": {
"endDate": "2027-12-31T23:59:59+00:00",
"maxExtentDate": "2028-12-31T23:59:59+00:00",
"startDate": "2026-01-07T00:00:00+00:00"
},
"hasOptions": true,
"hasRenewal": true,
"id": "1",
"options": {
"description": "DfT reserves the right to vary the contract in accordance with Schedule 8, Paragraph 5 of the Procurement Act 2023 as a result of a materialisation of a known risk (including the potential need to vary this contract to permit the SSA to offer a stapled-debt financing solution (including arranging on a syndicated basis), which would be made available to all prospective investors on an equal basis)."
},
"renewal": {
"description": "DfT reserves the right to extend the contract for a period up to 12 months or such greater period as is agreed between the Buyer and Supplier in accordance with Schedule 8, Paragraph 5 of the Procurement Act 2023 as a result of a materialisation of a known risk (including delay to the overall project and transaction, and such other known risks)."
},
"selectionCriteria": {
"criteria": [
{
"description": "Bidders must already have, or can commit to obtain, prior to the award of the contract, the levels of insurance cover indicated below:\na.\tEmployer\u2019s (Compulsory) Liability Insurance = \u00a35million\nb.\tPublic Liability Insurance = \u00a35million\nc.\tProfessional Indemnity Insurance = \u00a310 million\nd.\tProduct Liability Insurance = \u00a35million\nFull details can be found within the tender documents available via the DfT Sourcing Portal: https://dft.app.jaggaer.com/web/login.html.",
"type": "economic"
},
{
"description": "Organisation must be FCA registered (or equivalent internationally recognised standard) and key individuals within the proposed Project Team are FCA registered (or equivalent internationally recognised standard).\nFull details can be found within the tender documents available via the DfT Sourcing Portal: https://dft.app.jaggaer.com/web/login.html.",
"type": "technical"
}
]
},
"status": "active",
"suitability": {
"sme": true
},
"value": {
"amount": 20000000,
"amountGross": 24000000,
"currency": "GBP"
}
}
],
"mainProcurementCategory": "services",
"procedure": {
"features": "DfT will undertake the following procedure:\nPotential Bidders will be issued with an Invitation to Tender (ITT), accompanying tender documents via the DfT Sourcing Portal: https://dft.app.jaggaer.com/web/login.html. Interested parties will have 25 calendar days to submit their Bid.\nTenderers will have their initial Bid assessed, this will include responses to the Procurement Specific Questionnaire, Mandatory Criteria, Stage 1 Quality Questionnaire and Price submission. The three highest scoring Tenderers, who also pass the exclusion grounds, mandatory criteria \u0026 minimum quality threshold for each question, will be invited to a Stage 2 Presentation/ Interview. The DfT reserves the right to advance more than three tenderers to Stage 2 Presentations/ Interviews if deemed appropriate.\nTenderers who advance to Stage 2 will undertake a Presentation/ Interview. \nThe detailed procedure is outlined in the tender documents that can be accessed via the DfT Sourcing Portal: https://dft.app.jaggaer.com/web/login.html"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"status": "active",
"submissionMethodDetails": "https://dft.app.jaggaer.com/web/login.html\nFull suite of tender documents can be accessed via our e-sourcing portal.",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-11-25T12:00:00+00:00"
},
"title": "Lower Thames Crossing- Strategic Sale Advisor",
"value": {
"amount": 20000000,
"amountGross": 24000000,
"currency": "GBP"
}
}
}