Electric/Alternative Fuel Vehicles,Charging Infrastructure & Telematics

A Utilities Contract Award Notice
by THAMES WATER UTILITIES LIMITED

Source
Find a Tender
Type
Contract (Supply)
Duration
8 year (est.)
Value
___
Sector
TRANSPORT
Published
31 Jul 2025
Delivery
To 19 Jun 2033 (est.)
Deadline
n/a

Concepts

Location

Reading

Geochart for 2 buyers and 6 suppliers

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.

Lot Division

1 Electric & Alternative Fuel Vehicles

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.

3 Telematics

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.

3 Public Network Charge Card

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.

Award Detail

1 John Bradshaw (Peterborough)
  • Electric & Alternative Fuel Vehicles
  • Reference: fa1608
  • Contractor is an SME.
2 Renault Truck Commercials (Warwick)
  • Electric & Alternative Fuel Vehicles
  • Reference: fa1608
3 Rygor Commercials (Westbury)
  • Electric & Alternative Fuel Vehicles
  • Reference: fa1608
4 Volkswagen Group (Milton Keynes)
  • Electric & Alternative Fuel Vehicles
  • Reference: fa1608
5 B2Mobility (Bochum)
  • Public Network Charge Card
  • Reference: fa1608
6 Ctrack Telematics (Leeds)
  • Telematics
  • Reference: fa1608
  • Contractor is an SME.

Renewal 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.

CPV Codes

  • 34144900 - Electric vehicles
  • 34113000 - 4-wheel-drive vehicles
  • 34131000 - Pick-ups
  • 34136000 - Vans
  • 34144700 - Utility vehicles
  • 30163000 - Charge cards
  • 31158000 - Chargers
  • 32441300 - Telematics system
  • 42961000 - Command and control system
  • 64226000 - Telematics services

Indicators

  • Options are available.

Other 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

Reference

Domains