Lower Thames Crossing- Strategic Sale Advisor
A Addendum Notice
by DEPARTMENT FOR TRANSPORT
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 2 year
- Value
- £20M
- Sector
- BUSINESS
- Published
- 31 Oct 2025
- Delivery
- 07 Jan 2026 to 31 Dec 2027
- Deadline
- 25 Nov 2025 12:00
Concepts
Location
United Kingdom:
1 buyer
- Department for Transport London
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. 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.
Renewal Options
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).
Award Criteria
| Stage 1 Quality Questionnaire | Written submission covering the following areas: Relevant experience and expertise Approach and Methodology Resourcing Social Value Full details can be found within the tender documents available via the DfT Sourcing Portal: https://dft.app.jaggaer.com/web/login.html. |
| Stage 2 Presentation/ Interview | In-person presentation covering the following areas: Opportunity positioning Precedent transactions Collaboration and challenge Full details can be found within the tender documents available via the DfT Sourcing Portal: https://dft.app.jaggaer.com/web/login.html. |
| Price | Tenderers are required to submit their Total Bid Fee for delivery of the full requirement Full details can be found within the tender documents available via the DfT Sourcing Portal: https://dft.app.jaggaer.com/web/login.html. |
CPV Codes
- 66120000 - Investment banking services and related services
- 66122000 - Corporate finance and venture capital services
Indicators
- Options are available.
- Renewals are available.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. **
Reference
- ocds-h6vhtk-059057
- FTS 070098-2025