Planning

Solar Partnership Market Engagement

WEST MIDLANDS COMBINED AUTHORITY

This public procurement record has 1 release in its history.

Planning

28 Apr 2026 at 13:07

Summary of the contracting process

The West Midlands Combined Authority is engaging the market for a Solar Partnership initiative within the energy and related services industry in Birmingham, United Kingdom. The procurement process is currently in the planning stage, with a focus on preliminary market engagement, and written responses are required by 20 May 2026. This exercise aims to gather insights for the future procurement of solar energy services, exploring innovative financing structures and models for scaling operations. Following a review of submissions, selected organisations will be invited for follow-up discussions scheduled for approximately 60 minutes per session. This procurement process is valued at approximately £780,000,000 and is governed by UK legislation 2023/54. The process will provide an opportunity for businesses to contribute to building local capacity in the West Midlands region.

This engagement can offer substantial opportunities for businesses specialising in energy services, installation, maintenance, electricity distribution, and consultancy. Companies with the capability to lead, invest, and carry out large-scale delivery, especially those with a track record or innovative approaches in financing and customer engagement, are particularly suited to compete. Small and medium enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) are encouraged to participate and can benefit from growing their presence in the region. Organisations already operating locally or planning to expand their footprint in Birmingham will find additional incentives, as the aim is to strengthen local supply chain relationships and lasting regional growth.

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

Notice Title

Solar Partnership Market Engagement

Notice Description

Solar Partnership Market Engagement. We are issuing a UK2 Preliminary Market Engagement Notice to formally invite market responses. Our prospectus outlines our objectives and current thinking -- and sets out four high-level questions for which we are seeking written responses to through our e-tendering portal. Written responses should be submitted by May 20th 2026. Following an initial review, we will invite selected organisations to structured follow-up conversations. Sessions will last approximately 60 minutes and will follow a consistent format across all respondents. These sessions are intended to better understand and explore the feedback already submitted as part of the pre-market engagement to the 4 questions included. There is no requirement to prepare additional material beyond your original responses. Discussions will be conducted in a structured and consistent manner across all suppliers, using the four questions as the agenda. We may ask follow-up questions to clarify or explore your responses in more detail. We are in listening and understanding mode and will not be sharing additional information beyond that already published in the Prospectus. Any insights that may influence the future procurement approach will be documented and, where appropriate, shared in a transparent manner with all potential bidders. To ensure transparency and an audit trail, notes will be taken. Participation in a follow-up conversation does not confer any advantage in any subsequent procurement process. We are holding the discussions to help WMCA better understand the market, it doesn't mean a supplier has been shortlisted, it's not mandatory and it wont provide an advantage or disadvantage in any future procurement process. Please use the following link to view the PME and respond - https://procontract.due-north.com/Advert?advertId=4944a9e2-6327-f111-813c-005056b64545 **** The estimated value represents the estimated total gross revenue receivable by the supplier from tenants, grants, grid exports and any other revenue over the potential duration of supplying services to tenants under the contract ****

Planning Information

We are issuing a UK2 Preliminary Market Engagement Notice to formally invite market responses. Our prospectus outlines our objectives and current thinking — and sets out four high-level questions for which we are seeking written responses to. Written responses should be submitted by May 20th 2026 rough our e-tendering portal. Following an initial review, we will invite selected organisations to structured follow-up conversations. We will review all written responses and invite a number of organisations to structured follow up discussions. We are not scoring or ranking responses, but we will use the following criteria to guide our selection: Relevance - We are primarily looking for organisations able to take a leading role in delivery and/or financing — not installers or supply chain providers acting alone. Organisations from the installation and supply chain sector are welcome to respond and their input will inform programme design, but follow-up conversations will focus on those with the appetite to lead, invest and take on commercial responsibility at scale. Scale, track record and ambition - Has the organisation demonstrated, or does it have credible plans to develop, the capacity to deliver at meaningful scale — whether in homes, schools or both? We are interested in evidence of operational programmes as well as well-developed proposals. We recognise that some innovative models are at an earlier stage and will consider potential alongside track record. Innovation and Financing - Does the response demonstrate creative thinking on financing structures, customer engagement or delivery models? We are particularly interested in approaches that could work that could unlock new sources of private or blended finance. Local Interest and Presence - Does the organisation have existing supply chain relationships, operational activity or a stated interest in growing its footprint in the West Midlands? A key objective of this programme is to build local capacity and create lasting regional value, and we will give weight to organisations that share that ambition — whether they are already active in the region or have concrete plans to be. In the situation that the number of qualifying responses exceeds our capacity for follow up conversations, we will prioritise the organisations that best represent and meet the perspectives above. Follow up conversations: Sessions will last approximately 60 minutes and will follow a consistent format across all respondents. These sessions are intended to better understand and explore the feedback already submitted as part of the pre-market engagement to the 4 questions included. There is no requirement to prepare additional material beyond your original responses. Discussions will be conducted in a structured and consistent manner across all suppliers, using the four questions as the agenda. We may ask follow-up questions to clarify or explore your responses in more detail. We are in listening and understanding mode and will not be sharing additional information beyond that already published in the Prospectus. Any insights that may influence the future procurement approach will be documented and, where appropriate, shared in a transparent manner with all potential bidders. To ensure transparency and an audit trail, notes will be taken. Participation in a follow-up conversation does not confer any advantage in any subsequent procurement process. We are holding the discussions to help WMCA better understand the market, it doesn't mean a supplier has been shortlisted, it's not mandatory and it wont provide an advantage or disadvantage in any future procurement process.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-068ce0
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/038614-2026
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, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services

51 - Installation services (except software)

65 - Public utilities

66 - Financial and insurance services

71 - Architectural, construction, engineering and inspection services

72 - IT services: consulting, software development, Internet and support


CPV Codes

50000000 - Repair and maintenance services

51000000 - Installation services (except software)

65300000 - Electricity distribution and related services

65400000 - Other sources of energy supplies and distribution

66000000 - Financial and insurance services

71000000 - Architectural, construction, engineering and inspection services

71314000 - Energy and related services

72224000 - Project management consultancy services

Notice Value(s)

Tender Value
£731,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 Apr 20264 days ago
Submission Deadline
Not specified
Future Notice Date
2 Nov 20267 months to go
Award Date
Not specified
Contract Period
31 May 2027 - 31 May 2032 Over 5 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
WEST MIDLANDS COMBINED AUTHORITY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BIRMINGHAM
Postcode
B19 3SD
Post Town
Birmingham
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG3 West Midlands
Small Region (ITL 3)
TLG31 Birmingham
Delivery Location
TLG West Midlands (England)

Local Authority
Birmingham
Electoral Ward
Newtown
Westminster Constituency
Birmingham Ladywood

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-068ce0-2026-04-28T14:07:57+01:00",
    "date": "2026-04-28T14:07:57+01:00",
    "ocid": "ocds-h6vhtk-068ce0",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PGMD-1353-PZVX",
            "name": "West Midlands Combined Authority",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PGMD-1353-PZVX"
            },
            "address": {
                "streetAddress": "West Midlands Combined Authority",
                "locality": "Birmingham",
                "postalCode": "B19 3SD",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKG31"
            },
            "contactPoint": {
                "name": "Will Marsh",
                "email": "william.marsh@wmca.org.uk",
                "telephone": "+44 0"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.wmca.org.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PGMD-1353-PZVX",
        "name": "West Midlands Combined Authority"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "We are issuing a UK2 Preliminary Market Engagement Notice to formally invite market responses. Our prospectus outlines our objectives and current thinking -- and sets out four high-level questions for which we are seeking written responses to. Written responses should be submitted by May 20th 2026 rough our e-tendering portal. Following an initial review, we will invite selected organisations to structured follow-up conversations. We will review all written responses and invite a number of organisations to structured follow up discussions. We are not scoring or ranking responses, but we will use the following criteria to guide our selection: Relevance - We are primarily looking for organisations able to take a leading role in delivery and/or financing -- not installers or supply chain providers acting alone. Organisations from the installation and supply chain sector are welcome to respond and their input will inform programme design, but follow-up conversations will focus on those with the appetite to lead, invest and take on commercial responsibility at scale. Scale, track record and ambition - Has the organisation demonstrated, or does it have credible plans to develop, the capacity to deliver at meaningful scale -- whether in homes, schools or both? We are interested in evidence of operational programmes as well as well-developed proposals. We recognise that some innovative models are at an earlier stage and will consider potential alongside track record. Innovation and Financing - Does the response demonstrate creative thinking on financing structures, customer engagement or delivery models? We are particularly interested in approaches that could work that could unlock new sources of private or blended finance. Local Interest and Presence - Does the organisation have existing supply chain relationships, operational activity or a stated interest in growing its footprint in the West Midlands? A key objective of this programme is to build local capacity and create lasting regional value, and we will give weight to organisations that share that ambition -- whether they are already active in the region or have concrete plans to be. In the situation that the number of qualifying responses exceeds our capacity for follow up conversations, we will prioritise the organisations that best represent and meet the perspectives above. Follow up conversations: Sessions will last approximately 60 minutes and will follow a consistent format across all respondents. These sessions are intended to better understand and explore the feedback already submitted as part of the pre-market engagement to the 4 questions included. There is no requirement to prepare additional material beyond your original responses. Discussions will be conducted in a structured and consistent manner across all suppliers, using the four questions as the agenda. We may ask follow-up questions to clarify or explore your responses in more detail. We are in listening and understanding mode and will not be sharing additional information beyond that already published in the Prospectus. Any insights that may influence the future procurement approach will be documented and, where appropriate, shared in a transparent manner with all potential bidders. To ensure transparency and an audit trail, notes will be taken. Participation in a follow-up conversation does not confer any advantage in any subsequent procurement process. We are holding the discussions to help WMCA better understand the market, it doesn't mean a supplier has been shortlisted, it's not mandatory and it wont provide an advantage or disadvantage in any future procurement process.",
                "dueDate": "2026-05-20T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "038614-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/038614-2026",
                "datePublished": "2026-04-28T14:07:57+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "PRT-RETRO-ESG-2026-0001",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Solar Partnership Market Engagement",
        "description": "Solar Partnership Market Engagement. We are issuing a UK2 Preliminary Market Engagement Notice to formally invite market responses. Our prospectus outlines our objectives and current thinking -- and sets out four high-level questions for which we are seeking written responses to through our e-tendering portal. Written responses should be submitted by May 20th 2026. Following an initial review, we will invite selected organisations to structured follow-up conversations. Sessions will last approximately 60 minutes and will follow a consistent format across all respondents. These sessions are intended to better understand and explore the feedback already submitted as part of the pre-market engagement to the 4 questions included. There is no requirement to prepare additional material beyond your original responses. Discussions will be conducted in a structured and consistent manner across all suppliers, using the four questions as the agenda. We may ask follow-up questions to clarify or explore your responses in more detail. We are in listening and understanding mode and will not be sharing additional information beyond that already published in the Prospectus. Any insights that may influence the future procurement approach will be documented and, where appropriate, shared in a transparent manner with all potential bidders. To ensure transparency and an audit trail, notes will be taken. Participation in a follow-up conversation does not confer any advantage in any subsequent procurement process. We are holding the discussions to help WMCA better understand the market, it doesn't mean a supplier has been shortlisted, it's not mandatory and it wont provide an advantage or disadvantage in any future procurement process. Please use the following link to view the PME and respond - https://procontract.due-north.com/Advert?advertId=4944a9e2-6327-f111-813c-005056b64545 **** The estimated value represents the estimated total gross revenue receivable by the supplier from tenants, grants, grid exports and any other revenue over the potential duration of supplying services to tenants under the contract ****",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71314000",
                        "description": "Energy and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50000000",
                        "description": "Repair and maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51000000",
                        "description": "Installation services (except software)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "65300000",
                        "description": "Electricity distribution and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "65400000",
                        "description": "Other sources of energy supplies and distribution"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66000000",
                        "description": "Financial and insurance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72224000",
                        "description": "Project management consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 780000000,
            "amount": 731000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "concession"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2027-06-01T00:00:00+01:00",
                    "endDate": "2032-05-31T23:59:59+01:00"
                },
                "status": "planning"
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-11-02T23:59:59+00:00"
        },
        "status": "planning"
    },
    "language": "en"
}