Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/029587-2026
31st March 2026 - Transparency notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}