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