Scope
Reference
FA2287
Description
Existing EV Charging infrastructure within Thames Water is ageing and does not meet the needs of the business in the future.
Due to changes in supplier capability and to aid in reducing our carbon emissions, TW is aiming to ensure our infrastructure is capable of supporting a transition from ICE ( Internal Combustion Engine) vehicles to EVs in the future.
To enable this transition of our fleet, we also need to consider 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.
Commercial tool
Establishes a framework
Total value (estimated)
- £2,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2029
- Possible extension to 31 March 2034
- 8 years
Description of possible extension:
Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend by 1 year or longer, up to a maximum overall term of 8 years.
Main procurement category
Goods
Contract locations
- UKI - London
- UKJ - South East (England)
Not the same for all lots
CPV classifications are shown in Lot sections, because they are not the same for all lots.
Lot 1a. E- Mobility Service Provider Platform
Description
A centralised e-mobility platform to manage all existing and future electric vehicle charging infrastructure across its estate. This platform will provide a single source of truth for charger usage, billing, user access, and operational insights, enabling the organisation to maximise charger uptime and support sustainable fleet operations.
Lot value (estimated)
- £1,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 48200000 - Networking, Internet and intranet software package
- 72200000 - Software programming and consultancy services
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 1b. Site Charging Infrastructure
Description
The requirement under Lot 1b - Site Charging Infrastructure covers the supply, installation, and ongoing maintenance of chargers at selected Thames Water sites. The successful provider will be expected to supply chargers that meet the technical requirements set out in the specification, provide a minimum three-year warranty (with preference for a five-year warranty) for all installed chargers, and deliver 24/7 support services for the duration of the warranty period to ensure operational reliability and continuity.
Lot value (estimated)
- £1,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 31158100 - Battery chargers
- 31610000 - Electrical equipment for engines and vehicles
Same for all lots
Contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0%
Framework operation description
Suppliers will be selected based on ability and cost.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Particular suitability
Lot 1a. E- Mobility Service Provider Platform
Lot 1b. Site Charging Infrastructure
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
2 January 2026, 5:00pm
Submission type
Requests to participate
Deadline for requests to participate
9 January 2026, 10:00am
Submission address and any special instructions
Please complete this form if you are interested in participating:
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
31 March 2026
Award criteria
Lot 1a. E- Mobility Service Provider Platform
| Name | Type | Weighting |
|---|---|---|
| commercial | Cost | 40% |
| Technical | Quality | 30% |
| T&C's | Quality | 30% |
Lot 1b. Site Charging Infrastructure
| Name | Type | Weighting |
|---|---|---|
| Commercial | Cost | 40% |
| Technical | Quality | 30% |
| T&C's | Quality | 30% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Competitive flexible procedure description
Suppliers' PSQ submissions will be scored and shortlisted in accordance with the criteria set out within the PSQ documentation, and the suppliers that are shortlisted will be invited to submit a proposal in response to the ITN. After tenders have been submitted, evaluated, and negotiated, the successful supplier will be awarded according to the percentage weightings and criteria set out in the ITN Process document.
Contracting authority
THAMES WATER UTILITIES LIMITED
- Companies House: 02366661
- Public Procurement Organisation Number: PNQQ-4647-DTCV
Clearwater Court
Reading
RG1 8DB
United Kingdom
Region: UKJ11 - Berkshire
Organisation type: Private utility