Award

Electric/Alternative Fuel Vehicles,Charging Infrastructure & Telematics

THAMES WATER UTILITIES LIMITED

This public procurement record has 3 releases in its history.

Award

31 Jul 2025 at 10:19

TenderUpdate

29 Mar 2023 at 09:55

Tender

22 Mar 2023 at 12:15

Summary of the contracting process

Thames Water Utilities Limited has successfully concluded the procurement process titled "Electric/Alternative Fuel Vehicles, Charging Infrastructure & Telematics," with the award stage now complete as of 31st July 2025. This initiative falls under the goods industry category, focusing primarily on electric vehicles, with an overarching aim to achieve carbon net-zero by 2030. Key areas of procurement included electric and alternative fuel vehicles, charging infrastructure, and telematics solutions. The procurement was conducted through a selective, negotiated procedure with prior calls for competition. The signed contracts, with start dates from June to September 2024, cover the entire Thames Water operational region, primarily in the UKI and UKJ areas.

This tender offers significant opportunities for businesses specialising in electric vehicles, charging infrastructure, or telematics. Companies capable of providing innovative zero-emission vehicle solutions or advanced telematics systems would find a strong growth potential by partnering with Thames Water, given the extensive requirement for supplying site utility vehicles, vans, charging cards, and sophisticated fleet management systems. Suppliers John Bradshaw Ltd, Renault Truck Commercials Ltd, and Volkswagen Group UK Ltd, among others, have already been awarded contracts for different Lots. SMEs and large enterprises in the UK and Germany already have roles in these contracts, indicating a wide scope for participation across various business scales.

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

Electric/Alternative Fuel Vehicles,Charging Infrastructure & Telematics

Notice 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 Information

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.

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.

Renewal: Thames Water envisages that the contract will beawarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years

Home Charging Infrastructure

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 2a is for the supply, installation and maintenance of chargers at selected Thames Water drivers' homes. Lot 2a 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.

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.

Renewal: Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years

Site Charging Infrastructure

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 2b is for the supply, installation and maintenance of chargers at selected Thames Water sites. Lot 2b 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.

Options: Any agreement awarded would be for an initial duration of 3 years, withoptions to extend annually up to a maximum overall term of 8 years

Renewal: Thames Water envisages that the contract will beawarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years

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.

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.

Renewal: Thames Water envisages that the contract will beawarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years

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.

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.

Renewal: Thames Water envisages that the contract will beawarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03b50a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/044651-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

30 - Office and computing machinery, equipment and supplies except furniture and software packages

31 - Electrical machinery, apparatus, equipment and consumables; lighting

32 - Radio, television, communication, telecommunication and related equipment

34 - Transport equipment and auxiliary products to transportation

42 - Industrial machinery

64 - Postal and telecommunications services


CPV Codes

30163000 - Charge cards

31158000 - Chargers

32441300 - Telematics system

34113000 - 4-wheel-drive vehicles

34131000 - Pick-ups

34136000 - Vans

34144700 - Utility vehicles

34144900 - Electric vehicles

42961000 - Command and control system

64226000 - Telematics services

Notice Value(s)

Tender Value
£189,500,000 £100M-£1B
Lots Value
£189,500,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
31 Jul 20256 months ago
Submission Deadline
6 Apr 2023Expired
Future Notice Date
Not specified
Award Date
12 Jun 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Between 3 and 8 years

Notice Status

Tender Status
Complete
Lots Status
Active, Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THAMES WATER UTILITIES LIMITED
Contact Name
Thames Water
Contact Email
procurement.support.centre@thameswater.co.uk
Contact Phone
Not specified

Buyer Location

Locality
READING
Postcode
RG1 8DB
Post Town
Reading
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ16 Berkshire West
Delivery Location
TLI London, TLJ South East (England)

Local Authority
Reading
Electoral Ward
Thames
Westminster Constituency
Reading Central

Supplier Information

Number of Suppliers
6
Supplier Names

B2MOBILITY

CTRACK TELEMATICS

JOHN BRADSHAW

RENAULT TRUCK COMMERCIALS

RYGOR COMMERCIALS

VOLKSWAGEN GROUP

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-03b50a-2025-07-31T11:19:49+01:00",
    "date": "2025-07-31T11:19:49+01:00",
    "ocid": "ocds-h6vhtk-03b50a",
    "description": "*** 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",
    "initiationType": "tender",
    "tender": {
        "id": "FA1608",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Electric/Alternative Fuel Vehicles,Charging Infrastructure & Telematics",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "34144900",
            "description": "Electric vehicles"
        },
        "mainProcurementCategory": "goods",
        "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.",
        "value": {
            "amount": 189500000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 5,
            "maximumLotsAwardedPerSupplier": 5,
            "awardCriteriaDetails": "Thames Water reserves the right to award a single or multiple lots to the most suitable provider(s)"
        },
        "lots": [
            {
                "id": "1",
                "title": "Electric & Alternative Fuel Vehicles",
                "description": "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.",
                "value": {
                    "amount": 158000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Thames Water envisages that the contract will beawarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years"
                },
                "secondStage": {
                    "minimumCandidates": 15,
                    "maximumCandidates": 15
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "cancelled"
            },
            {
                "id": "2a",
                "title": "Home Charging Infrastructure",
                "description": "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 2a is for the supply, installation and maintenance of chargers at selected Thames Water drivers' homes. Lot 2a 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.",
                "value": {
                    "amount": 1500000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Thames Water envisages that the contract will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years"
                },
                "secondStage": {
                    "minimumCandidates": 10,
                    "maximumCandidates": 10
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "active"
            },
            {
                "id": "2b",
                "title": "Site Charging Infrastructure",
                "description": "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 2b is for the supply, installation and maintenance of chargers at selected Thames Water sites. Lot 2b 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.",
                "value": {
                    "amount": 10000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Thames Water envisages that the contract will beawarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years"
                },
                "secondStage": {
                    "minimumCandidates": 10,
                    "maximumCandidates": 10
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Any agreement awarded would be for an initial duration of 3 years, withoptions to extend annually up to a maximum overall term of 8 years"
                },
                "status": "active"
            },
            {
                "id": "2c",
                "title": "Public Network Charge Card",
                "description": "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.",
                "value": {
                    "amount": 17000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Thames Water envisages that the contract will beawarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years"
                },
                "secondStage": {
                    "minimumCandidates": 10,
                    "maximumCandidates": 10
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "cancelled"
            },
            {
                "id": "3",
                "title": "Telematics",
                "description": "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.",
                "value": {
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Thames Water envisages that the contract will beawarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years"
                },
                "secondStage": {
                    "minimumCandidates": 10,
                    "maximumCandidates": 10
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34113000",
                        "description": "4-wheel-drive vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34131000",
                        "description": "Pick-ups"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34136000",
                        "description": "Vans"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34144700",
                        "description": "Utility vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34144900",
                        "description": "Electric vehicles"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "Whole of Thames Water region"
                },
                "relatedLot": "1"
            },
            {
                "id": "2a",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30163000",
                        "description": "Charge cards"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31158000",
                        "description": "Chargers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34144900",
                        "description": "Electric vehicles"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "Whole of the Thames Water region"
                },
                "relatedLot": "2a"
            },
            {
                "id": "2b",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30163000",
                        "description": "Charge cards"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31158000",
                        "description": "Chargers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34144900",
                        "description": "Electric vehicles"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "Whole of Thames Water region"
                },
                "relatedLot": "2b"
            },
            {
                "id": "2c",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "30163000",
                        "description": "Charge cards"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31158000",
                        "description": "Chargers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34144900",
                        "description": "Electric vehicles"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "Whole of the Thames Water region"
                },
                "relatedLot": "2c"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "32441300",
                        "description": "Telematics system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34144900",
                        "description": "Electric vehicles"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42961000",
                        "description": "Command and control system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "64226000",
                        "description": "Telematics services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "deliveryLocation": {
                    "description": "Whole of Thames Water region"
                },
                "relatedLot": "3"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.thameswater.co.uk/procurement",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "As detailed in Section VI.3 and the PQQ"
        },
        "submissionTerms": {
            "depositsGuarantees": "Bonds and/or Parent Company Guarantees of performance and financial standing may be required.",
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 360
            }
        },
        "contractTerms": {
            "financialTerms": "Specified in Invitation to Tender documents",
            "tendererLegalForm": "Consortia may be required to form a legal entity prior to award",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 15
            }
        },
        "tenderPeriod": {
            "endDate": "2023-04-06T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "reviewDetails": "Thames Water Utilities Ltd will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)",
        "recurrence": {
            "description": "Between 3 and 8 years"
        },
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-04-06T12:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2023-04-14T12:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit for receipt of tenders or requests to participate"
                        }
                    }
                ],
                "description": "Final completed PQQ Submission deadline for all lots now extended until 12 noon on 14th April 2023"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-COH-02366661",
            "name": "THAMES WATER UTILITIES LIMITED",
            "identifier": {
                "legalName": "THAMES WATER UTILITIES LIMITED",
                "id": "02366661",
                "scheme": "GB-COH"
            },
            "address": {
                "locality": "Reading",
                "region": "UKJ11",
                "postalCode": "RG1 8DB",
                "countryName": "United Kingdom",
                "streetAddress": "Clearwater Court"
            },
            "contactPoint": {
                "name": "Thames Water",
                "email": "procurement.support.centre@thameswater.co.uk",
                "url": "http://www.thameswater.co.uk/procurement"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.thameswater.co.uk/",
                "buyerProfile": "http://www.thameswater.co.uk/procurement",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "WATER",
                        "description": "Water"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-21103",
            "name": "Thames Water Utilities Limited",
            "identifier": {
                "legalName": "Thames Water Utilities Limited"
            },
            "address": {
                "locality": "Reading",
                "postalCode": "RG1 8DB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-22023",
            "name": "Thames Water Utilities Ltd",
            "identifier": {
                "legalName": "Thames Water Utilities Ltd"
            },
            "address": {
                "locality": "Reading",
                "postalCode": "RG1 8DB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-COH-1260881",
            "name": "John Bradshaw Ltd",
            "identifier": {
                "legalName": "John Bradshaw Ltd",
                "id": "1260881",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "New Lane, Stibbington, Peterborough, PE8 6LW",
                "locality": "Peterborough",
                "region": "UKH",
                "postalCode": "PE8 6LW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-COH-00290604",
            "name": "Renault Truck Commercials Ltd",
            "identifier": {
                "legalName": "Renault Truck Commercials Ltd",
                "id": "00290604",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Wedgnock Industrial Estate, Wedgnock Lane, Warwick, CV34 5YA",
                "locality": "Warwick",
                "region": "UKG",
                "postalCode": "CV34 5YA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-01884237",
            "name": "Rygor Commercials Ltd",
            "identifier": {
                "legalName": "Rygor Commercials Ltd",
                "id": "01884237",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "The Broadway, West Wilts Trading Estate, Westbury, Wiltshire, BA13 4HU",
                "locality": "Westbury",
                "region": "UKK",
                "postalCode": "BA13 4HU",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-00514809",
            "name": "Volkswagen Group UK Ltd",
            "identifier": {
                "legalName": "Volkswagen Group UK Ltd",
                "id": "00514809",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Yeomans Drive, Blakelands, Milton Keynes, MK14 5AN",
                "locality": "Milton Keynes",
                "region": "UKJ",
                "postalCode": "MK14 5AN",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-156362",
            "name": "B2Mobility GMBH",
            "identifier": {
                "legalName": "B2Mobility GMBH",
                "id": "HRB 16999",
                "schemeEntered": "B2Mobility GMBH"
            },
            "address": {
                "streetAddress": "Wittener Strasse 45, 44789 Bochum, Nordrhein- Westfalen, Germany",
                "locality": "Nordrhein- Westfalen",
                "region": "DE",
                "countryName": "Germany"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-COH-04643588",
            "name": "CTrack Telematics Ltd",
            "identifier": {
                "legalName": "CTrack Telematics Ltd",
                "id": "04643588",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "Stockdale House, Victoria Road, Leeds, England, LS6 1PF",
                "locality": "Leeds",
                "region": "UKE",
                "postalCode": "LS6 1PF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-3199",
            "name": "Thames Water Utilities Limited",
            "identifier": {
                "legalName": "Thames Water Utilities Limited"
            },
            "address": {
                "locality": "Reading",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-COH-02366661",
        "name": "THAMES WATER UTILITIES LIMITED"
    },
    "language": "en",
    "awards": [
        {
            "id": "044651-2025-FA1608-1",
            "relatedLots": [
                "1"
            ],
            "title": "Electric & Alternative Fuel Vehicles",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-1260881",
                    "name": "John Bradshaw Ltd"
                }
            ]
        },
        {
            "id": "044651-2025-FA1608-2",
            "relatedLots": [
                "1"
            ],
            "title": "Electric & Alternative Fuel Vehicles",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-00290604",
                    "name": "Renault Truck Commercials Ltd"
                }
            ]
        },
        {
            "id": "044651-2025-FA1608-3",
            "relatedLots": [
                "1"
            ],
            "title": "Electric & Alternative Fuel Vehicles",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-01884237",
                    "name": "Rygor Commercials Ltd"
                }
            ]
        },
        {
            "id": "044651-2025-FA1608-4",
            "relatedLots": [
                "1"
            ],
            "title": "Electric & Alternative Fuel Vehicles",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-00514809",
                    "name": "Volkswagen Group UK Ltd"
                }
            ]
        },
        {
            "id": "044651-2025-FA1608-5",
            "relatedLots": [
                "2c"
            ],
            "title": "Public Network Charge Card",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-156362",
                    "name": "B2Mobility GMBH"
                }
            ]
        },
        {
            "id": "044651-2025-FA1608-6",
            "relatedLots": [
                "3"
            ],
            "title": "Telematics",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-COH-04643588",
                    "name": "CTrack Telematics Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "044651-2025-FA1608-1",
            "awardID": "044651-2025-FA1608-1",
            "title": "Electric & Alternative Fuel Vehicles",
            "status": "active",
            "dateSigned": "2024-08-01T00:00:00+01:00"
        },
        {
            "id": "044651-2025-FA1608-2",
            "awardID": "044651-2025-FA1608-2",
            "title": "Electric & Alternative Fuel Vehicles",
            "status": "active",
            "dateSigned": "2024-08-01T00:00:00+01:00"
        },
        {
            "id": "044651-2025-FA1608-3",
            "awardID": "044651-2025-FA1608-3",
            "title": "Electric & Alternative Fuel Vehicles",
            "status": "active",
            "dateSigned": "2024-08-01T00:00:00+01:00"
        },
        {
            "id": "044651-2025-FA1608-4",
            "awardID": "044651-2025-FA1608-4",
            "title": "Electric & Alternative Fuel Vehicles",
            "status": "active",
            "dateSigned": "2024-08-01T00:00:00+01:00"
        },
        {
            "id": "044651-2025-FA1608-5",
            "awardID": "044651-2025-FA1608-5",
            "title": "Public Network Charge Card",
            "status": "active",
            "dateSigned": "2024-09-06T00:00:00+01:00"
        },
        {
            "id": "044651-2025-FA1608-6",
            "awardID": "044651-2025-FA1608-6",
            "title": "Telematics",
            "status": "active",
            "dateSigned": "2024-06-13T00:00:00+01:00"
        }
    ]
}