Award

Lower Thames Crossing- Strategic Sale Advisor

DEPARTMENT FOR TRANSPORT

This public procurement record has 8 releases in its history.

Award

07 Jan 2026 at 14:28

Award

07 Jan 2026 at 14:01

Award

19 Dec 2025 at 14:32

TenderUpdate

31 Oct 2025 at 13:17

Tender

31 Oct 2025 at 13:13

PlanningUpdate

17 Sep 2025 at 14:20

Planning

17 Sep 2025 at 11:18

Planning

29 Aug 2025 at 11:13

Summary of the contracting process

The Department for Transport has completed the awarding process for the contract titled "Lower Thames Crossing- Strategic Sale Advisor." The procurement process was categorised under investment banking and related services and was conducted through an open competitive flexible procedure. The main contract, valued at £20 million, was awarded to Lazard & Co., Limited, a large-scale organisation located in London. The project involves strategic advisory services for the sale of the Lower Thames Crossing Company, which will be responsible for building and operating the crossing between Kent and Essex. The contract is set to begin on 7th January 2026 with an end date of 31st December 2027, and it has a provision for a potential extension depending on the project's progress.

This tender presents significant opportunities for organisations that specialise in capital markets advisory, market engagement, and transaction execution within the infrastructure sector. Companies with experience in managing large-scale financial advisory and investment banking activities would be well-suited to compete in such tenders. The successful advisor will play a crucial role in the strategic planning and execution of sales for major infrastructure assets, enabling growth and expansion in this vital industry sector. Additionally, there is potential for contract variations and extensions, allowing firms to engage in long-term strategic development and partnership with the government.

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

Lower Thames Crossing- Strategic Sale Advisor

Notice 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 is contracting 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.

Lot Information

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).

Renewal: 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).

Planning Information

The Department is requesting feedback from interested parties to help inform our approach to delivery of this requirement. Further details of the requirement, along with the information the Department requests at this stage can be accessed here https://dft.app.jaggaer.com/go/650672360198F5851B9E. The Department requests initial responses in writing by Midday 15th September. The Department then intends to have follow-up individual discussions with interested parties who have the relevant skills and experience w/c 15/09 & 22/09.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-059057
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/001114-2026
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

66 - Financial and insurance services


CPV Codes

66120000 - Investment banking services and related services

66122000 - Corporate finance and venture capital services

Notice Value(s)

Tender Value
£20,000,000 £10M-£100M
Lots Value
£20,000,000 £10M-£100M
Awards Value
£20,000,000 £10M-£100M
Contracts Value
£20,000,000 £10M-£100M

Notice Dates

Publication Date
7 Jan 20261 months ago
Submission Deadline
25 Nov 2025Expired
Future Notice Date
1 Oct 2025Expired
Award Date
19 Dec 20252 months ago
Contract Period
7 Jan 2026 - 31 Dec 2027 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR TRANSPORT
Contact Name
Not specified
Contact Email
dftc.procurement@dft.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1P 4DR
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
Vincent Square
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

LAZARD

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-059057-2026-01-07T14:28:06Z",
    "date": "2026-01-07T14:28:06Z",
    "ocid": "ocds-h6vhtk-059057",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PLTC-5358-LTWZ",
            "name": "Department for Transport",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLTC-5358-LTWZ"
            },
            "address": {
                "streetAddress": "Great Minster House, 33 Horseferry Road",
                "locality": "London",
                "postalCode": "SW1P 4DR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "dftc.procurement@dft.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthorityCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - central government"
                    }
                ]
            }
        },
        {
            "id": "GB-PPON-PPTB-8591-VZGH",
            "name": "Lazard & Co., Limited",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PPTB-8591-VZGH"
            },
            "address": {
                "streetAddress": "20 Manchester Square",
                "locality": "London",
                "postalCode": "W1U 3PZ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "Lazard_LTC@lazard.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        },
        {
            "id": "GB-PPON-PCYR-9945-JQDX",
            "name": "Banco Santander",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PCYR-9945-JQDX"
            },
            "address": {
                "streetAddress": "2 Triton Square",
                "locality": "London",
                "postalCode": "NW1 3AN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "scale": "large",
                "vcse": false
            }
        },
        {
            "id": "GB-PPON-PXDB-2845-XHJW",
            "name": "Goldman Sachs International",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXDB-2845-XHJW"
            },
            "address": {
                "streetAddress": "Plumtree Court, 25 Shoe Lane",
                "locality": "London",
                "postalCode": "EC4A 4AU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "scale": "large",
                "vcse": false
            }
        },
        {
            "id": "GB-PPON-PGHH-8472-BBLG",
            "name": "Greenhill International",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PGHH-8472-BBLG"
            },
            "address": {
                "streetAddress": "Berkeley Square House, Berkeley Square",
                "locality": "London",
                "postalCode": "W1J 6BY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "scale": "sme",
                "vcse": false
            }
        },
        {
            "id": "GB-PPON-PVVD-4447-WWCT",
            "name": "Rothschild & Co",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PVVD-4447-WWCT"
            },
            "address": {
                "streetAddress": "New Court, St Swithin's Lane",
                "locality": "London",
                "postalCode": "EC4N 8AL",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "scale": "large",
                "vcse": false
            }
        },
        {
            "id": "GB-PPON-PBHQ-2532-WGYR",
            "name": "Piper Sandler Ltd.",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PBHQ-2532-WGYR"
            },
            "address": {
                "streetAddress": "2 Gresham Street",
                "locality": "London",
                "postalCode": "EC2V 7AD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI31"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "scale": "sme",
                "vcse": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PLTC-5358-LTWZ",
        "name": "Department for Transport"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The Department is requesting feedback from interested parties to help inform our approach to delivery of this requirement. Further details of the requirement, along with the information the Department requests at this stage can be accessed here https://dft.app.jaggaer.com/go/650672360198F5851B9E. The Department requests initial responses in writing by Midday 15th September. The Department then intends to have follow-up individual discussions with interested parties who have the relevant skills and experience w/c 15/09 & 22/09.",
                "dueDate": "2025-09-15T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "052417-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/052417-2025",
                "datePublished": "2025-08-29T12:13:12+01:00",
                "format": "text/html"
            },
            {
                "id": "057287-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/057287-2025",
                "datePublished": "2025-09-17T12:18:27+01:00",
                "format": "text/html"
            },
            {
                "id": "057417-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/057417-2025",
                "datePublished": "2025-09-17T15:20:46+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "TRCF3099",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Lower Thames Crossing- Strategic Sale Advisor",
        "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 is contracting 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.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "66120000",
                        "description": "Investment banking services and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66122000",
                        "description": "Corporate finance and venture capital services"
                    }
                ],
                "relatedLot": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amountGross": 24000000,
            "amount": 20000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-01-07T00:00:00+00:00",
                    "endDate": "2027-12-31T23:59:59+00:00",
                    "maxExtentDate": "2028-12-31T23:59:59+00:00"
                },
                "hasRenewal": true,
                "status": "complete",
                "value": {
                    "amountGross": 24000000,
                    "amount": 20000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Stage 1 Quality Questionnaire",
                            "description": "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.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 Presentation/ Interview",
                            "description": "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.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "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.",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Stage 1 Quality Questionnaire",
                            "description": "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.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Stage 2 Presentation/ Interview",
                            "description": "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.",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "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.",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Bidders must already have, or can commit to obtain, prior to the award of the contract, the levels of insurance cover indicated below: a. Employer's (Compulsory) Liability Insurance = PS5million b. Public Liability Insurance = PS5million c. Professional Indemnity Insurance = PS10 million d. Product Liability Insurance = PS5million Full details can be found within the tender documents available via the DfT Sourcing Portal: https://dft.app.jaggaer.com/web/login.html."
                        },
                        {
                            "type": "technical",
                            "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). Full 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": "Bidders must already have, or can commit to obtain, prior to the award of the contract, the levels of insurance cover indicated below: a. Employer's (Compulsory) Liability Insurance = PS5million b. Public Liability Insurance = PS5million c. Professional Indemnity Insurance = PS10 million d. Product Liability Insurance = PS5million Full details can be found within the tender documents available via the DfT Sourcing Portal: https://dft.app.jaggaer.com/web/login.html."
                        },
                        {
                            "type": "technical",
                            "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). Full details can be found within the tender documents available via the DfT Sourcing Portal: https://dft.app.jaggaer.com/web/login.html."
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "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)."
                },
                "hasOptions": true,
                "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)."
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-10-01T23:59:59+01:00"
        },
        "status": "complete",
        "procurementMethodDetails": "Competitive flexible procedure",
        "amendments": [
            {
                "id": "057417-2025",
                "description": "Title updated"
            }
        ],
        "procurementMethod": "open",
        "procedure": {
            "features": "DfT will undertake the following procedure: Potential 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. Tenderers 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 & 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. Tenderers who advance to Stage 2 will undertake a Presentation/ Interview. The 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"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethodDetails": "https://dft.app.jaggaer.com/web/login.html Full 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"
        },
        "enquiryPeriod": {
            "endDate": "2025-11-14T12:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2025-12-19T23:59:59+00:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "070096-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/070096-2025",
                "datePublished": "2025-10-31T13:13:54Z",
                "format": "text/html"
            },
            {
                "id": "070098-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/070098-2025",
                "datePublished": "2025-10-31T13:17:37Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-PPON-PCYR-9945-JQDX",
                        "name": "Banco Santander"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "2",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-PPON-PXDB-2845-XHJW",
                        "name": "Goldman Sachs International"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "3",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-PPON-PGHH-8472-BBLG",
                        "name": "Greenhill International"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "4",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-PPON-PVVD-4447-WWCT",
                        "name": "Rothschild & Co"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "5",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-PPON-PBHQ-2532-WGYR",
                        "name": "Piper Sandler Ltd."
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "6",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-PPON-PPTB-8591-VZGH",
                        "name": "Lazard & Co., Limited"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "Lower Thames Crossing- Strategic Sale Advisor",
            "status": "active",
            "date": "2025-12-19T00:00:00+00:00",
            "value": {
                "amountGross": 24000000,
                "amount": 20000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-PPON-PPTB-8591-VZGH",
                    "name": "Lazard & Co., Limited"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "66120000",
                            "description": "Investment banking services and related services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-01-05T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-01-08T00:00:00+00:00",
                "endDate": "2027-12-31T23:59:59+00:00",
                "maxExtentDate": "2028-12-31T23:59:59+00:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The contract contains the provision to extend for a further period of up to 1 year, or such greater period as is agreed between the Buyer and the Supplier. This will be dependent on the timeline of the overall transaction."
            },
            "hasOptions": true,
            "options": {
                "description": "If deemed necessary or advantageous to the Project, the DfT reserves the right to vary this contract to permit the Strategic Sale Advisor (SSA) to offer a stapled-debt financing solution (including the SSA arranging on a syndicated basis), which would be made available to all bidders on an equal basis."
            },
            "relatedLots": [
                "1"
            ],
            "subcontracting": {
                "subcontracts": [
                    {
                        "id": "1",
                        "mainContractors": [
                            {
                                "id": "GB-PPON-PPTB-8591-VZGH",
                                "name": "Lazard & Co., Limited"
                            }
                        ],
                        "description": "Not Applicable"
                    }
                ]
            },
            "documents": [
                {
                    "id": "084970-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/084970-2025",
                    "datePublished": "2025-12-19T14:32:40Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2025-12-19T00:00:00+00:00",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-01-07T23:59:59+00:00",
                    "status": "scheduled"
                }
            ]
        },
        {
            "id": "2",
            "status": "active",
            "mainProcurementCategory": "services",
            "suppliers": [
                {
                    "id": "GB-PPON-PPTB-8591-VZGH",
                    "name": "Lazard & Co., Limited"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "66120000",
                            "description": "Investment banking services and related services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UK",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "title": "Lower Thames Crossing- Strategic Sale Advisor",
            "status": "active",
            "period": {
                "startDate": "2026-01-07T00:00:00+00:00",
                "endDate": "2027-12-31T23:59:59+00:00",
                "maxExtentDate": "2028-12-31T23:59:59+00:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The contract contains the provision to extend for a further period of up to 1 year, or such greater period as is agreed between the Buyer and the Supplier. This will be dependent on the timeline of the overall transaction."
            },
            "hasOptions": true,
            "options": {
                "description": "If deemed necessary or advantageous to the Project, the DfT reserves the right to vary this contract to permit the Strategic Sale Advisor (SSA) to offer a stapled-debt financing solution (including the SSA arranging on a syndicated basis), which would be made available to all bidders on an equal basis."
            },
            "value": {
                "amountGross": 24000000,
                "amount": 20000000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2026-01-06T00:00:00+00:00",
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "Quality",
                    "description": "The Supplier must deliver all agreed Deliverables to a standard acceptable to the Buyer and obtain formal sign-off.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 3
                            }
                        }
                    ]
                },
                {
                    "id": "2",
                    "title": "Engagement",
                    "description": "The Supplier's core team must attend monthly meetings as required and actively contribute to key sessions.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 3
                            }
                        }
                    ]
                },
                {
                    "id": "3",
                    "title": "Delivery",
                    "description": "The Supplier must provide all written advice by the deadlines agreed in advance with the Buyer, or such other time as may be agreed between the Parties.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 3
                            }
                        }
                    ]
                }
            ],
            "documents": [
                {
                    "id": "001091-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/001091-2026",
                    "datePublished": "2026-01-07T14:01:52Z",
                    "format": "text/html"
                }
            ]
        },
        {
            "id": "2",
            "awardID": "2",
            "title": "Lower Thames Crossing- Strategic Sale Advisor",
            "status": "active",
            "period": {
                "startDate": "2026-01-07T00:00:00+00:00",
                "endDate": "2027-12-31T23:59:59+00:00",
                "maxExtentDate": "2028-12-31T23:59:59+00:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "The contract contains the provision to extend for a further period of up to 1 year, or such greater period as is agreed between the Buyer and the Supplier. This will be dependent on the timeline of the overall transaction."
            },
            "hasOptions": true,
            "options": {
                "description": "If deemed necessary or advantageous to the Project, the DfT reserves the right to vary this contract to permit the Strategic Sale Advisor (SSA) to offer a stapled-debt financing solution (including the SSA arranging on a syndicated basis), which would be made available to all bidders on an equal basis."
            },
            "value": {
                "amountGross": 24000000,
                "amount": 20000000,
                "currency": "GBP"
            },
            "aboveThreshold": false,
            "dateSigned": "2026-01-06T00:00:00+00:00",
            "documents": [
                {
                    "id": "A-9954",
                    "documentType": "contractSigned",
                    "description": "Contract",
                    "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-9954",
                    "format": "application/pdf"
                },
                {
                    "id": "001114-2026",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/001114-2026",
                    "datePublished": "2026-01-07T14:28:06Z",
                    "format": "text/html"
                }
            ],
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "Quality",
                    "description": "The Supplier must deliver all agreed Deliverables to a standard acceptable to the Buyer and obtain formal sign-off.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 3
                            }
                        }
                    ]
                },
                {
                    "id": "2",
                    "title": "Engagement",
                    "description": "The Supplier's core team must attend monthly meetings as required and actively contribute to key sessions.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 3
                            }
                        }
                    ]
                },
                {
                    "id": "3",
                    "title": "Delivery",
                    "description": "The Supplier must provide all written advice by the deadlines agreed in advance with the Buyer, or such other time as may be agreed between the Parties.",
                    "observations": [
                        {
                            "id": "frequency",
                            "period": {
                                "durationInMonths": 3
                            }
                        }
                    ]
                }
            ]
        }
    ]
}