Award

Operation and Maintenance of Electric Vehicle Charging Infrastructure Units at specific ORCS and LEVI Funded Sites

SUNDERLAND CITY COUNCIL

This public procurement record has 1 release in its history.

Award

31 Mar 2026 at 11:25

Summary of the contracting process

Sunderland City Council has awarded a contract for the operation and maintenance of Electric Vehicle Charging Infrastructure Units at specific sites funded by the ORCS and LEVI schemes. This contract, valued at approximately £12.5 million gross, is with CONNECTED KERB LIMITED, a supplier with established expertise in this field. The procurement method utilised was a direct award under Section 41(1) of the Procurement Act 2023, owing to the supplier's unique knowledge and previous engagement with the infrastructure in Sunderland. The contract is set to commence on 1st May 2026 and will span a period of 15 years, covering various services such as operation, maintenance, and administrative duties related to the electric vehicle infrastructure within the region UKC23.

This tender provides significant growth opportunities for businesses within the electrical installation and maintenance sectors, particularly small and medium-sized enterprises specialising in electric vehicle infrastructure. The long-term nature and substantial value of the contract offer stability and potential revenue generation for the supplier, ensuring sustainable business development. Companies with expertise in electrical equipment for engines, vehicles, and electric installations, alongside those providing repair and maintenance services, are well-positioned to compete and benefit directly from such public procurement initiatives, promoting business expansion in a burgeoning market.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Operation and Maintenance of Electric Vehicle Charging Infrastructure Units at specific ORCS and LEVI Funded Sites

Notice Description

Sunderland City Council ("The Council") is intending to directly appoint the named Supplier to provide by way of a concession contract ("the Proposed Contract") the ongoing operation and maintenance of the Electric Vehicle Charging Infrastructure ("EVCI") Units and the Charging Infrastructure ("the Services") to be supplied and installed pursuant to the ORCS and Pilot LEVI schemes. The Services include (without limitation) the full operation of the ECVI Units, charging and income collection, back-office and administrative support, regular maintenance, all necessary repairs and/or replacements to the EVCI Units and cleaning and annual inspections of the EVCI Units. The Proposed Contract is intended to operate for a maximum period of up to 15 years. The estimated value of the Proposed Contract reflects the anticipated potential total revenues that may be received by the Supplier under or in connection with the Proposed Contract over the full contract term based on the current available data. However, for the avoidance of doubt, no guarantee of any minimum income or utilisation of the EVCI Units is to be provided by the Council under the Proposed Contract. As a consequence, the Supplier will be required to take the operating risk in relation to the Services under the Proposed Contract.

Procurement Information

The Council considers that it is entitled to directly award the Proposed Contract to the Supplier under Section 41(1)(a) and paragraph(s) 6 and/or 7 of Schedule 5 of the Procurement Act 2023 ("the Act") for the reasons stated below. (i) For the purpose of paragraph 6 of Schedule 5, the Supplier has previously been selected by the Council pursuant to terms of the NEPO Framework Agreement reference NEPO232 Electric Vehicle Charging Infrastructure to enter into a call-off contract with the Council to supply and install the relevant EVCI Units and related infrastructure pursuant to the ORCS and Pilot LEVI schemes, which includes co-funding from the named Supplier. As a consequence, due to technical reasons, including the Supplier's unique and established knowledge of the relevant infrastructure, its operational requirements, system configuration, maintenance of performance warranties and requirement for a single point of responsibility, competition for the subsequent provision of the Services is now absent and only the Supplier can provide the Services and there are no reasonable alternatives to the provision of the Services; and/or (ii) For the purpose of paragraph 7 of Schedule 5, the Proposed Contract concerns the supply of services by an existing supplier which are intended as an extension to existing services where (a) a change in supplier would result in the Council receiving services that are different from, or incompatible with, the existing services, and (b) the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance. The Supplier currently provides support and maintenance services in respect of the Council's existing EVCI units and infrastructure network in other city centre locations. The Proposed Contract will therefore enable an extension of the Council's infrastructure network to include the relevant EVCI Units under the ORCS and Pilot LEVI schemes. A change of supplier in respect of the provision of the Services would therefore mean the Council would receive third party services in respect of the EVCI units that are different from, or incompatible with, the existing services provided by the Supplier in respect of the existing network infrastructure. This difference or incompatibility would lead to the following technical difficulties: a) Loss of a single point of responsibility and accountability for the full entire network infrastructure and therefore increased risk for the Council; b) Risk of adverse impact on overall network integrity, continuity of service and the prevention of disruption to end-users; c) Loss of one single, consistent and multi-site customer solution for end-users across the full network; d) Risk of duplication of costs and resource; and e) Increased administrative and contract management burden for the Council. The Council therefore considers that a direct award justification exists and it is permitted to directly award the Proposed Contract to the Supplier in accordance with Section 41(1) of the Act. Accordingly, this notice is a UK5 Transparency Notice under Section 44 of the Act in respect of the proposed direct award of the Proposed Contract to the named Supplier.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0678f2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029587-2026
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK5 - Transparency Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Direct
Procurement Method Details
Direct award
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

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

45 - Construction work

50 - Repair and maintenance services

65 - Public utilities


CPV Codes

31610000 - Electrical equipment for engines and vehicles

45310000 - Electrical installation work

50100000 - Repair, maintenance and associated services of vehicles and related equipment

50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment

65320000 - Operation of electrical installations

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£10,440,749 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
31 Mar 20263 days ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
31 Mar 20263 days ago
Contract Period
30 Apr 2026 - 30 Apr 2041 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SUNDERLAND CITY COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
SUNDERLAND
Postcode
SR1 3AA
Post Town
Sunderland
Country
England

Major Region (ITL 1)
TLC North East (England)
Basic Region (ITL 2)
TLC4 Northumberland, Durham and Tyne & Wear
Small Region (ITL 3)
TLC44 Sunderland
Delivery Location
Not specified

Local Authority
Sunderland
Electoral Ward
Millfield
Westminster Constituency
Sunderland Central

Supplier Information

Number of Suppliers
1
Supplier Name

CONNECTED KERB

Further Information

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-0678f2-2026-03-31T12:25:14+01:00",
    "date": "2026-03-31T12:25:14+01:00",
    "ocid": "ocds-h6vhtk-0678f2",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PLVZ-4154-GGRZ",
            "name": "Sunderland City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PLVZ-4154-GGRZ"
            },
            "address": {
                "streetAddress": "City Hall, Plater Way,",
                "locality": "Sunderland",
                "postalCode": "SR1 3AA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKC23"
            },
            "contactPoint": {
                "email": "corporate.procurement@sunderland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-11062616",
            "name": "CONNECTED KERB LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "11062616"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PGMG-5396-MGHV"
                }
            ],
            "address": {
                "streetAddress": "2 Chawley Park",
                "locality": "Oxford",
                "postalCode": "OX2 9GG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ14"
            },
            "contactPoint": {
                "email": "bidmanager@connectedkerb.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.connectedkerb.com/",
                "scale": "sme",
                "vcse": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PLVZ-4154-GGRZ",
        "name": "Sunderland City Council"
    },
    "tender": {
        "id": "ocds-h6vhtk-0678f2",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Operation and Maintenance of Electric Vehicle Charging Infrastructure Units at specific ORCS and LEVI Funded Sites",
        "description": "Sunderland City Council (\"The Council\") is intending to directly appoint the named Supplier to provide by way of a concession contract (\"the Proposed Contract\") the ongoing operation and maintenance of the Electric Vehicle Charging Infrastructure (\"EVCI\") Units and the Charging Infrastructure (\"the Services\") to be supplied and installed pursuant to the ORCS and Pilot LEVI schemes. The Services include (without limitation) the full operation of the ECVI Units, charging and income collection, back-office and administrative support, regular maintenance, all necessary repairs and/or replacements to the EVCI Units and cleaning and annual inspections of the EVCI Units. The Proposed Contract is intended to operate for a maximum period of up to 15 years. The estimated value of the Proposed Contract reflects the anticipated potential total revenues that may be received by the Supplier under or in connection with the Proposed Contract over the full contract term based on the current available data. However, for the avoidance of doubt, no guarantee of any minimum income or utilisation of the EVCI Units is to be provided by the Council under the Proposed Contract. As a consequence, the Supplier will be required to take the operating risk in relation to the Services under the Proposed Contract.",
        "status": "complete",
        "procurementMethod": "direct",
        "procurementMethodDetails": "Direct award",
        "procurementMethodRationale": "The Council considers that it is entitled to directly award the Proposed Contract to the Supplier under Section 41(1)(a) and paragraph(s) 6 and/or 7 of Schedule 5 of the Procurement Act 2023 (\"the Act\") for the reasons stated below. (i) For the purpose of paragraph 6 of Schedule 5, the Supplier has previously been selected by the Council pursuant to terms of the NEPO Framework Agreement reference NEPO232 Electric Vehicle Charging Infrastructure to enter into a call-off contract with the Council to supply and install the relevant EVCI Units and related infrastructure pursuant to the ORCS and Pilot LEVI schemes, which includes co-funding from the named Supplier. As a consequence, due to technical reasons, including the Supplier's unique and established knowledge of the relevant infrastructure, its operational requirements, system configuration, maintenance of performance warranties and requirement for a single point of responsibility, competition for the subsequent provision of the Services is now absent and only the Supplier can provide the Services and there are no reasonable alternatives to the provision of the Services; and/or (ii) For the purpose of paragraph 7 of Schedule 5, the Proposed Contract concerns the supply of services by an existing supplier which are intended as an extension to existing services where (a) a change in supplier would result in the Council receiving services that are different from, or incompatible with, the existing services, and (b) the difference or incompatibility would result in disproportionate technical difficulties in operation or maintenance. The Supplier currently provides support and maintenance services in respect of the Council's existing EVCI units and infrastructure network in other city centre locations. The Proposed Contract will therefore enable an extension of the Council's infrastructure network to include the relevant EVCI Units under the ORCS and Pilot LEVI schemes. A change of supplier in respect of the provision of the Services would therefore mean the Council would receive third party services in respect of the EVCI units that are different from, or incompatible with, the existing services provided by the Supplier in respect of the existing network infrastructure. This difference or incompatibility would lead to the following technical difficulties: a) Loss of a single point of responsibility and accountability for the full entire network infrastructure and therefore increased risk for the Council; b) Risk of adverse impact on overall network integrity, continuity of service and the prevention of disruption to end-users; c) Loss of one single, consistent and multi-site customer solution for end-users across the full network; d) Risk of duplication of costs and resource; and e) Increased administrative and contract management burden for the Council. The Council therefore considers that a direct award justification exists and it is permitted to directly award the Proposed Contract to the Supplier in accordance with Section 41(1) of the Act. Accordingly, this notice is a UK5 Transparency Notice under Section 44 of the Act in respect of the proposed direct award of the Proposed Contract to the named Supplier.",
        "procurementMethodRationaleClassifications": [
            {
                "id": "singleSuppliersTechnicalReasons"
            },
            {
                "id": "additionalRepeatExtensionPartialReplacement"
            }
        ],
        "specialRegime": [
            "concession"
        ],
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "suitability": {
                    "sme": true
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "pending",
            "value": {
                "amountGross": 12528898.8,
                "amount": 10440749,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-11062616",
                    "name": "CONNECTED KERB LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "31610000",
                            "description": "Electrical equipment for engines and vehicles"
                        },
                        {
                            "scheme": "CPV",
                            "id": "45310000",
                            "description": "Electrical installation work"
                        },
                        {
                            "scheme": "CPV",
                            "id": "50100000",
                            "description": "Repair, maintenance and associated services of vehicles and related equipment"
                        },
                        {
                            "scheme": "CPV",
                            "id": "50532000",
                            "description": "Repair and maintenance services of electrical machinery, apparatus and associated equipment"
                        },
                        {
                            "scheme": "CPV",
                            "id": "65320000",
                            "description": "Operation of electrical installations"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKC23",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2026-05-01T00:00:00+01:00",
                "endDate": "2041-04-30T23:59:59Z"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "029587-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/029587-2026",
                    "datePublished": "2026-03-31T12:25:14+01:00",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-05-01T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        }
    ],
    "language": "en"
}