Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Electric/Alternative Fuel Vehicles,Charging Infrastructure & Telematics

  • First published: 04 August 2025
  • Last modified: 04 August 2025
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03b50a
Published by:
Thames Water Utilities Limited
Authority ID:
AA20727
Publication date:
04 August 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

To meet our carbon net zero target by 2030 and keep up with market changes, we need to transition our fleet across to zero emission options, such as Electric Vehicles (EV) or Alternative Fuel Vehicles (AFV). To enable this transition of our fleet, we also need toconsider the infrastructure required to keep these vehicles moving, and the systems needed to ensure our operations can continue to run smoothly with minimal impact to our customer

service and downtime.

Thames Water intends to award Framework Agreements for the provision of the vehicles, charging infrastructure and telematics, as well as the services and support required to guide us through our decarbonisation journey. To meet our ambitious carbon net zero target and ensure a successful transition, we want to partner with a provider/s that can support us with this journey and help us achieve our goals.

Full notice text

Contract award notice – utilities

Section I: Contracting entity

I.1) Name and addresses

THAMES WATER UTILITIES LIMITED

02366661

Clearwater Court

Reading

RG1 8DB

UK

E-mail: procurement.support.centre@thameswater.co.uk

NUTS: UKJ11

Internet address(es)

Main address: https://www.thameswater.co.uk/

I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Electric/Alternative Fuel Vehicles,Charging Infrastructure & Telematics

Reference number: FA1608

II.1.2) Main CPV code

34144900

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

To meet our carbon net zero target by 2030 and keep up with market changes, we need to transition our fleet across to zero emission options, such as Electric Vehicles (EV) or Alternative Fuel Vehicles (AFV). To enable this transition of our fleet, we also need toconsider the infrastructure required to keep these vehicles moving, and the systems needed to ensure our operations can continue to run smoothly with minimal impact to our customer

service and downtime.

Thames Water intends to award Framework Agreements for the provision of the vehicles, charging infrastructure and telematics, as well as the services and support required to guide us through our decarbonisation journey. To meet our ambitious carbon net zero target and ensure a successful transition, we want to partner with a provider/s that can support us with this journey and help us achieve our goals.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Lowest offer:   / Highest offer:  

II.2) Description

Lot No: 2c

II.2.1) Title

Public Network Charge Card

II.2.2) Additional CPV code(s)

30163000

31158000

34144900

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of the Thames Water region

II.2.4) Description of the procurement

Lot 2 focuses on supporting our requirements for appropriate charging infrastructure and solutions to enable our transition to EV/AFV and keep our new fleet moving to ensure our frontline operations can continue to deliver for our customers. Lot 2 has been split into sublots to allow us to distinguish between the different charging requirements (home, site, public).

Lot 2c is for the supply of charge cards that allow Thames Water drivers to access and use the public charging network, and managing payments for the electricity cost to charge on the public network where applicable.

Lot 2c will be awarded to a single supplier but we will consider bidders' ability to provide for multiple sublots and the benefits of this, to prioritise consistency and accountability throughout our infrastructure rollout.

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 1

II.2.1) Title

Electric & Alternative Fuel Vehicles

II.2.2) Additional CPV code(s)

34113000

34131000

34136000

34144700

34144900

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of Thames Water region

II.2.4) Description of the procurement

Lot 1 is for the supply of any of the following: site utility vehicles, small vans, medium vans, large vans, and 4x4s. The primary focus will be on Electric Vehicle options, but Alternative Fuel Vehicles will be considered where EV options are limited. Suppliers will be expected to supply/deliver the vehicles with warranty included, and all vehicles will be purchased outright.

The Lot 1 framework agreement will be awarded to multiple suppliers (to ensure full coverage and multiple supply options for each vehicle type), with mini competitions then run each year/order between all the successful suppliers on the framework agreement for the different vehicle requirements.

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Telematics

II.2.2) Additional CPV code(s)

32441300

34144900

42961000

64226000

II.2.3) Place of performance

NUTS code:

UKI

UKJ


Main site or place of performance:

Whole of Thames Water region

II.2.4) Description of the procurement

Lot 3 focuses on supporting our requirement for an appropriate telematics solution to maximise the efficiency and effective management of our fleet to ensure our frontline operations can continue to deliver for our customers. The scope of this lot includes the supply, installation, maintenance and management of a telematics solution to pull together all required data/insights i.e. vehicle utilisation, vehicle charge level/mileage range, when it's on charge, visibility of available site/public chargers. The supplier will be expected to provide solution interconnectivity between vehicle and charging data, as well as providing support

and recommendations to improve the efficiency of our fleet and operations. Lot 3 will be awarded to a single supplier to ensure we have one overall view of our fleet and associated data, and facilitate integration with our operational planning team.

II.2.11) Information about options

Options: Yes

Description of options:

Any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 8 years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-008320

Section V: Award of contract

Lot No: 2c

Contract No: FA1608

Title: Public Network Charge Card

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/09/2024

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

B2Mobility GMBH

HRB 16999

Wittener Straße 45, 44789 Bochum, Nordrhein- Westfalen, Germany

Nordrhein- Westfalen

DE

NUTS: DE

The contractor is an SME: No

V.2.5) Information about subcontracting

V.2.6) Price paid for bargain purchases

Value excluding VAT: 17 000 000.00 GBP

Section V: Award of contract

Lot No: 1

Contract No: FA1608

Title: Electric & Alternative Fuel Vehicles

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/08/2024

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

John Bradshaw Ltd

1260881

New Lane, Stibbington, Peterborough, PE8 6LW

Peterborough

PE8 6LW

UK

NUTS: UKH

The contractor is an SME: Yes

V.2.5) Information about subcontracting

V.2.6) Price paid for bargain purchases

Value excluding VAT: 39 500 000.00 GBP

Section V: Award of contract

Lot No: 1

Contract No: FA1608

Title: Electric & Alternative Fuel Vehicles

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/08/2024

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Renault Truck Commercials Ltd

00290604

Wedgnock Industrial Estate, Wedgnock Lane, Warwick, CV34 5YA

Warwick

CV34 5YA

UK

NUTS: UKG

The contractor is an SME: No

V.2.5) Information about subcontracting

V.2.6) Price paid for bargain purchases

Value excluding VAT: 39 500 000.00 GBP

Section V: Award of contract

Lot No: 1

Contract No: FA1608

Title: Electric & Alternative Fuel Vehicles

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/08/2024

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Rygor Commercials Ltd

01884237

The Broadway, West Wilts Trading Estate, Westbury, Wiltshire, BA13 4HU

Westbury

BA13 4HU

UK

NUTS: UKK

The contractor is an SME: No

V.2.5) Information about subcontracting

V.2.6) Price paid for bargain purchases

Value excluding VAT: 39 500 000.00 GBP

Section V: Award of contract

Lot No: 1

Contract No: FA1608

Title: Electric & Alternative Fuel Vehicles

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

01/08/2024

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Volkswagen Group UK Ltd

00514809

Yeomans Drive, Blakelands, Milton Keynes, MK14 5AN

Milton Keynes

MK14 5AN

UK

NUTS: UKJ

The contractor is an SME: No

V.2.5) Information about subcontracting

V.2.6) Price paid for bargain purchases

Value excluding VAT: 39 500 000.00 GBP

Section V: Award of contract

Lot No: 3

Contract No: FA1608

Title: Telematics

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

13/06/2024

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

CTrack Telematics Ltd

04643588

Stockdale House, Victoria Road, Leeds, England, LS6 1PF

Leeds

LS6 1PF

UK

NUTS: UKE

The contractor is an SME: Yes

V.2.5) Information about subcontracting

V.2.6) Price paid for bargain purchases

Value excluding VAT: 3 000 000.00 GBP

Section VI: Complementary information

VI.3) Additional information

*** Please note this is a Contract Award Notice ***

Please note, the following Lots were not awarded:

Lot 2a Home Charging Infrastructure

Lot 2b Site Charging Infrastructure

VI.4) Procedures for review

VI.4.1) Review body

Thames Water Utilities Limited

Reading

UK

VI.5) Date of dispatch of this notice

31/07/2025

Coding

Commodity categories

ID Title Parent category
34113000 4-wheel-drive vehicles Passenger cars
30163000 Charge cards Magnetic cards
31158000 Chargers Ballasts for discharge lamps or tubes
42961000 Command and control system Command and control system, printing, graphics, office automation and information-processing equipment
34144900 Electric vehicles Special-purpose motor vehicles
34131000 Pick-ups Motor vehicles for the transport of goods
64226000 Telematics services Telecommunication services except telephone and data transmission services
32441300 Telematics system Telemetry equipment
34144700 Utility vehicles Special-purpose motor vehicles
34136000 Vans Motor vehicles for the transport of goods

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement.support.centre@thameswater.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.