Planning

Domestic Solar PV Group Purchasing Scheme 2026

WEST SUSSEX COUNTY COUNCIL

This public procurement record has 1 release in its history.

Planning

31 Oct 2025 at 20:55

Summary of the contracting process

The West Sussex County Council is in the planning stages of its procurement process for the 'Domestic Solar PV Group Purchasing Scheme 2026'. This initiative falls under the services category and aims to supply and install photovoltaic panels and battery storage across Sussex, specifically covering East Sussex and Brighton & Hove. The procurement targets the services industry related to solar installation and hardware installation services. Originally initiated in May 2025, the procurement seeks a delivery partner to manage and execute this scheme efficiently. Current efforts involve finalising a revised procurement approach with the deadline for market engagement responses set for 14th November 2025.

This tender presents substantial growth opportunities for businesses involved in solar installation and related hardware services. Companies capable of delivering large-scale, high-standard installations and experienced in targeted marketing and lead generation stand to benefit significantly. Specifically, small and medium enterprises (SMEs) with expertise in solar technologies and customer service management could find the contract attractive due to the scheme's emphasis on providing cost-effective, sustainable solutions on a large scale. The procurement encourages group purchasing to drive down costs, thereby presenting a lucrative opportunity for businesses to leverage economies of scale and expand their market presence in the renewable energy sector.

How relevant is this notice?

Notice Information

Notice Title

Domestic Solar PV Group Purchasing Scheme 2026

Notice Description

Collective purchasing scheme for the supply and installation of photovoltaic panels (PV) and battery storage to be operated for Residents of Sussex.

Planning Information

In May 2025, West Sussex County Council (WSCC) launched a procurement exercise to identify an experienced partner capable of delivering a council-supported solar PV and battery storage scheme for residents and small businesses in Sussex, including East Sussex and Brighton & Hove. Under the terms of this procurement, WSCC required the delivery partner to manage a network of pre-vetted installers with the experience and capacity to deliver a large volume of installations on time, to a high standard, and at a competitive price for Sussex residents. Their responsibilities also included delivering and managing all aspects of the customer journey from targeted marketing and lead generation to customer service, installation, and aftercare; reporting to WSCC as required. By realising economies of scale made possible by the volume of customer referrals, the delivery partner was also asked to achieve the installations at a price that is demonstrably lower than prevailing industry average install costs. WSCC would derive a modest commission from the delivery partner for each installation completed in order to cover its costs and ensure the scheme is cost neutral to the councils involved, while also contributing toward the county council’s action on fuel poverty. 2. Current status Following evaluation of the tenders submitted earlier this year, WSCC decided to terminate the procurement as it was not possible to identify the most advantageous tender and recommend contract award. WSCC has reviewed its procurement approach and identified changes it wishes to make to the instructions given to bidders and the evaluation methodology applied. These improvements are intended to improve the fairness and effectiveness of the process and officers’ ability to evaluate bids with diverse delivery models on a like for like basis. Once the review is complete and changes implemented, WSCC intends to go back out to the market at the earliest opportunity. Market engagement WSCC is currently finalising its revised procurement approach. It is seeking views on the proposed changes, which will ensure bidders provide sufficient evidence that they can deliver a long-term, sustainable scheme to a high quality and at a competitive price for residents. Specifically, WSCC will be requesting a greater level of detail in relation to scheme marketing and financial transparency as follows: • Marketing - Provide a detailed, costed, and targeted marketing plan that is realistically capable of generating a significant number of new customer registrations (minimum 7,000) per scheme round? Bidders will be asked to specify a) detailed overview of marketing approach b) data sets used to identify target properties c) specific marketing channels used to reach customers d) company resources (staff, budget, channels etc.) available to manage and deliver marketing activity e) precise information about roles and responsibilities in delivering the marketing plan (including any anticipated role played by the local authority) f) clear evidence of where you have previously delivered this approach successfully and at an equivalent scale. • Financial transparency - Based on your company’s operating model and using group purchasing to drive quality and competitive pricing, provide detailed cost information for a defined sample of solar PV and battery installations. Bidders will be provided with set assumptions on which to base their calculations. In responding to this element of the quality evaluation, bidders will provide a breakdown of all items that would influence the cost per kWp to the customer when installing at scale including a) technical hardware b) scaffolding c) management overhead d) commission from installer to delivery partner e) management fee to WSCC e) profit margin. Bidders that consider themselves to be delivery partners (i.e. customer-facing intermediary companies working with accredited installers) will be asked to complete this element of the bid with an installer to ensure information is accurate and up to date. QUESTIONS Respondents are asked to consider these proposed amendments and respond to the following questions: • In responding to this opportunity, is your company able to provide the breadth and level of detail required by WSCC? • In relation to marketing and financial transparency, please specify what information your company would be able to provide? • If you are unable to provide a particular piece of information, please specify why not. • Would the requirement to provide this additional level of detail deter you from bidding for this contract? Please be aware that the detailed cost information provided by bidders forms part of the quality evaluation only as it directly affects the delivery partner’s ability to provide a long-term, sustainable scheme for Sussex residents. Please provide your response via email to David.edwards@westsussex.gov.uk by 5pm on 14th November 2025.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05d885
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/070276-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

09 - Petroleum products, fuel, electricity and other sources of energy

51 - Installation services (except software)


CPV Codes

09332000 - Solar installation

51611100 - Hardware installation services

Notice Value(s)

Tender Value
£5,800,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
31 Oct 20252 weeks ago
Submission Deadline
Not specified
Future Notice Date
5 Jan 20262 months to go
Award Date
Not specified
Contract Period
2 Mar 2026 - 1 Mar 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
WEST SUSSEX COUNTY COUNCIL
Contact Name
Nana Apawudza
Contact Email
nana.apawudza@westsussex.gov.uk
Contact Phone
03302227014

Buyer Location

Locality
CHICHESTER
Postcode
PO19 1RG
Post Town
Portsmouth
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ2 Surrey, East and West Sussex
Small Region (ITL 3)
TLJ27 West Sussex (South West)
Delivery Location
TLJ2 Surrey, East and West Sussex, TLJ27 West Sussex (South West), TLJ28 West Sussex (North East)

Local Authority
Chichester
Electoral Ward
Chichester Central
Westminster Constituency
Chichester

Further Information

Notice Documents

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-05d885-2025-10-31T20:55:08Z",
    "date": "2025-10-31T20:55:08Z",
    "ocid": "ocds-h6vhtk-05d885",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PXJW-5627-QRQR",
            "name": "West Sussex County Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXJW-5627-QRQR"
            },
            "address": {
                "streetAddress": "County Hall",
                "locality": "Chichester",
                "postalCode": "PO19 1RG",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ27"
            },
            "contactPoint": {
                "name": "Nana Apawudza",
                "email": "nana.apawudza@westsussex.gov.uk",
                "telephone": "03302227014"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.westsussex.gov.uk",
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXJW-5627-QRQR",
        "name": "West Sussex County Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "In May 2025, West Sussex County Council (WSCC) launched a procurement exercise to identify an experienced partner capable of delivering a council-supported solar PV and battery storage scheme for residents and small businesses in Sussex, including East Sussex and Brighton & Hove. Under the terms of this procurement, WSCC required the delivery partner to manage a network of pre-vetted installers with the experience and capacity to deliver a large volume of installations on time, to a high standard, and at a competitive price for Sussex residents. Their responsibilities also included delivering and managing all aspects of the customer journey from targeted marketing and lead generation to customer service, installation, and aftercare; reporting to WSCC as required. By realising economies of scale made possible by the volume of customer referrals, the delivery partner was also asked to achieve the installations at a price that is demonstrably lower than prevailing industry average install costs. WSCC would derive a modest commission from the delivery partner for each installation completed in order to cover its costs and ensure the scheme is cost neutral to the councils involved, while also contributing toward the county council's action on fuel poverty. 2. Current status Following evaluation of the tenders submitted earlier this year, WSCC decided to terminate the procurement as it was not possible to identify the most advantageous tender and recommend contract award. WSCC has reviewed its procurement approach and identified changes it wishes to make to the instructions given to bidders and the evaluation methodology applied. These improvements are intended to improve the fairness and effectiveness of the process and officers' ability to evaluate bids with diverse delivery models on a like for like basis. Once the review is complete and changes implemented, WSCC intends to go back out to the market at the earliest opportunity. Market engagement WSCC is currently finalising its revised procurement approach. It is seeking views on the proposed changes, which will ensure bidders provide sufficient evidence that they can deliver a long-term, sustainable scheme to a high quality and at a competitive price for residents. Specifically, WSCC will be requesting a greater level of detail in relation to scheme marketing and financial transparency as follows: * Marketing - Provide a detailed, costed, and targeted marketing plan that is realistically capable of generating a significant number of new customer registrations (minimum 7,000) per scheme round? Bidders will be asked to specify a) detailed overview of marketing approach b) data sets used to identify target properties c) specific marketing channels used to reach customers d) company resources (staff, budget, channels etc.) available to manage and deliver marketing activity e) precise information about roles and responsibilities in delivering the marketing plan (including any anticipated role played by the local authority) f) clear evidence of where you have previously delivered this approach successfully and at an equivalent scale. * Financial transparency - Based on your company's operating model and using group purchasing to drive quality and competitive pricing, provide detailed cost information for a defined sample of solar PV and battery installations. Bidders will be provided with set assumptions on which to base their calculations. In responding to this element of the quality evaluation, bidders will provide a breakdown of all items that would influence the cost per kWp to the customer when installing at scale including a) technical hardware b) scaffolding c) management overhead d) commission from installer to delivery partner e) management fee to WSCC e) profit margin. Bidders that consider themselves to be delivery partners (i.e. customer-facing intermediary companies working with accredited installers) will be asked to complete this element of the bid with an installer to ensure information is accurate and up to date. QUESTIONS Respondents are asked to consider these proposed amendments and respond to the following questions: * In responding to this opportunity, is your company able to provide the breadth and level of detail required by WSCC? * In relation to marketing and financial transparency, please specify what information your company would be able to provide? * If you are unable to provide a particular piece of information, please specify why not. * Would the requirement to provide this additional level of detail deter you from bidding for this contract? Please be aware that the detailed cost information provided by bidders forms part of the quality evaluation only as it directly affects the delivery partner's ability to provide a long-term, sustainable scheme for Sussex residents. Please provide your response via email to David.edwards@westsussex.gov.uk by 5pm on 14th November 2025.",
                "dueDate": "2025-11-14T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "070276-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/070276-2025",
                "datePublished": "2025-10-31T20:55:08Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "I-76739",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Domestic Solar PV Group Purchasing Scheme 2026",
        "description": "Collective purchasing scheme for the supply and installation of photovoltaic panels (PV) and battery storage to be operated for Residents of Sussex.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "09332000",
                        "description": "Solar installation"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51611100",
                        "description": "Hardware installation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ2",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ27",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ28",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 6960000,
            "amount": 5800000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-03-02T00:00:00Z",
                    "endDate": "2031-03-01T23:59:59Z",
                    "maxExtentDate": "2033-03-01T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-05T23:59:59Z"
        },
        "status": "planning"
    },
    "language": "en"
}