Tender

NBI Energy Centre - Next Generation Infrastructure Programme

JOHN INNES CENTRE

This public procurement record has 3 releases in its history.

TenderCancellation

18 Feb 2026 at 13:29

Tender

14 Nov 2025 at 16:04

Planning

03 Oct 2025 at 12:15

Summary of the contracting process

The procurement process for the NBI Energy Centre - Next Generation Infrastructure Programme was initiated by the John Innes Centre, a public authority in Norwich, United Kingdom. This process, supported by Turner & Townsend Project Management Limited and AECOM Limited as the procuring entities, aimed to transform facilities across Norwich Research Park. The focus was on designing, supplying, installing, financing, and maintaining a Combined Heat and Power system. Despite beginning with the planning stage in October 2025, the tender was eventually cancelled in February 2026 due to no suppliers meeting the required conditions during the procurement-specific questionnaire stage. This cancellation notice was published on 18th February 2026, marking the end of this contract's journey at the tender stage.

This tender represented sizeable opportunities for businesses specialising in construction work, repair, maintenance, and installation services for electrical and mechanical equipment, within the context of infrastructure development projects. Companies with capabilities to deliver high-quality design and installation services, particularly for Combined Heat and Power systems, would have been well-positioned to bid for this selective procurement, which was estimated to hold a gross value of £14,160,000. Despite its cancellation, the Competitive Flexible Procedure initially offered pathways for economic growth and collaboration with the renowned Norwich Bioscience Institutes. SMEs capable of delivering integrated solutions and willing to engage in flexible financing arrangements were specifically encouraged to participate, potentially gaining access to impactful projects that support innovative scientific infrastructures.

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

NBI Energy Centre - Next Generation Infrastructure Programme

Notice Description

This package of works forms part of the Next Generation Infrastructure (NGI) Programme, a funded development programme looking to develop the facilities across Norwich Research Park to transform the existing capabilities of John Innes Centre (JIC) and The Sainsbury Laboratory (TSL), both internally recognised centres of excellence in plant and microbial science. NGI will address the deterioration of infrastructure at JIC and TSL to create a world-class facility that will engage with its surroundings, is outward looking and promotes collaboration and innovation to supercharge JIC and TSL's ability to translate scientific knowledge into practical solutions. As part of the NGI Programme, JIC is looking to procure, on behalf of Norwich Bioscience Institutes (NBI), the services of a specialist contractor for the proposed design, supply, installation, financing and ongoing service provision associated with a Combined Heat and Power system (CHP Engines) within the new NBI Energy Centre located at JIC (the project). In respect of the capital cost of the CHP Engines, JIC is considering funding arrangements and will either use capital funding or seek to enter into a finance arrangement (hire purchase or lease) with the appointed contactor. The invitation to tender documents will confirm which financing structure is being taken forward by JIC.

Lot Information

Lot 1

Renewal: JIC shall have the option to extend the term of the Service Agreement twice up to a maximum extension of 8 years to the initial term.

Planning Information

Interested suppliers are requested to contact kris.sheahan@aecom.com, gavin.bond@aecom.com and will.waterman@turntown.co.uk for more information. JIC will then be in touch to invite appropriate interested suppliers to discussions with the project team with a view to informing options for the delivery of the project. JIC would like to evaluate options and interest in bidding for the design, supply, installation, commissioning and ongoing maintenance of CHP engines.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05a7e4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/014779-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK12 - Procurement Termination Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

50 - Repair and maintenance services

51 - Installation services (except software)


CPV Codes

45000000 - Construction work

50700000 - Repair and maintenance services of building installations

51100000 - Installation services of electrical and mechanical equipment

Notice Value(s)

Tender Value
£11,800,000 £10M-£100M
Lots Value
£11,800,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Feb 20264 days ago
Submission Deadline
Not specified
Future Notice Date
31 Oct 2025Expired
Award Date
Not specified
Contract Period
14 Jun 2026 - 11 Jan 2028 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Cancelled
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
JOHN INNES CENTRE
Additional Buyers

AECOM LIMITED

MISSING

TURNER & TOWNSEND PROJECT MANAGEMENT LIMITED

Contact Name
Not specified
Contact Email
indi.heire@jic.ac.uk, kris.sheahan@aecom.com, will.waterman@turntown.co.uk
Contact Phone
Not specified

Buyer Location

Locality
NORWICH
Postcode
NR4 7UH
Post Town
Norwich
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE42 Leeds
Delivery Location
TLH East (England)

Local Authority
Leeds
Electoral Ward
Horsforth
Westminster Constituency
Leeds North West

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-05a7e4-2026-02-18T13:29:09Z",
    "date": "2026-02-18T13:29:09Z",
    "ocid": "ocds-h6vhtk-05a7e4",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-COH-00511709",
            "name": "JOHN INNES CENTRE",
            "identifier": {
                "scheme": "GB-COH",
                "id": "00511709"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PLPM-1264-MBHL"
                }
            ],
            "address": {
                "streetAddress": "Norwich Research Park",
                "locality": "Norwich",
                "postalCode": "NR4 7UH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH17"
            },
            "contactPoint": {
                "email": "indi.heire@jic.ac.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-01846493",
            "name": "AECOM LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "01846493"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PCLX-5446-YHDX"
                }
            ],
            "address": {
                "streetAddress": "Aldgate Tower",
                "locality": "London",
                "postalCode": "E1 8FA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI42"
            },
            "contactPoint": {
                "email": "kris.sheahan@aecom.com"
            },
            "roles": [
                "procuringEntity",
                "processContactPoint"
            ],
            "roleDetails": "Cost and Procurement Manager",
            "details": {
                "url": "http://www.aecom.com"
            }
        },
        {
            "id": "GB-COH-02165592",
            "name": "TURNER & TOWNSEND PROJECT MANAGEMENT LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "02165592"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PMZP-2287-VRPN"
                }
            ],
            "address": {
                "streetAddress": "Low Hall, Calverley Lane, Horsforth",
                "locality": "Leeds",
                "postalCode": "LS18 4GH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE42"
            },
            "contactPoint": {
                "email": "will.waterman@turntown.co.uk"
            },
            "roles": [
                "procuringEntity"
            ],
            "roleDetails": "Project Manager",
            "details": {
                "url": "https://www.turnerandtownsend.com/"
            }
        }
    ],
    "buyer": {
        "id": "GB-COH-00511709",
        "name": "JOHN INNES CENTRE"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Interested suppliers are requested to contact kris.sheahan@aecom.com, gavin.bond@aecom.com and will.waterman@turntown.co.uk for more information. JIC will then be in touch to invite appropriate interested suppliers to discussions with the project team with a view to informing options for the delivery of the project. JIC would like to evaluate options and interest in bidding for the design, supply, installation, commissioning and ongoing maintenance of CHP engines.",
                "dueDate": "2025-10-31T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "062143-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/062143-2025",
                "datePublished": "2025-10-03T13:15:07+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "NGIEC2025TN",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "NBI Energy Centre - Next Generation Infrastructure Programme",
        "description": "This package of works forms part of the Next Generation Infrastructure (NGI) Programme, a funded development programme looking to develop the facilities across Norwich Research Park to transform the existing capabilities of John Innes Centre (JIC) and The Sainsbury Laboratory (TSL), both internally recognised centres of excellence in plant and microbial science. NGI will address the deterioration of infrastructure at JIC and TSL to create a world-class facility that will engage with its surroundings, is outward looking and promotes collaboration and innovation to supercharge JIC and TSL's ability to translate scientific knowledge into practical solutions. As part of the NGI Programme, JIC is looking to procure, on behalf of Norwich Bioscience Institutes (NBI), the services of a specialist contractor for the proposed design, supply, installation, financing and ongoing service provision associated with a Combined Heat and Power system (CHP Engines) within the new NBI Energy Centre located at JIC (the project). In respect of the capital cost of the CHP Engines, JIC is considering funding arrangements and will either use capital funding or seek to enter into a finance arrangement (hire purchase or lease) with the appointed contactor. The invitation to tender documents will confirm which financing structure is being taken forward by JIC.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51100000",
                        "description": "Installation services of electrical and mechanical equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-06-15T00:00:00+01:00",
                    "endDate": "2028-01-11T23:59:59Z",
                    "maxExtentDate": "2038-01-11T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "cancelled",
                "value": {
                    "amountGross": 14160000,
                    "amount": 11800000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Capacity and Capability to deliver the design, supply and installation of the CHP Engines",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Pricing proposals for pre-construction services and supply, installation and ongoing maintenance of CHP engines.",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Refer to Procurement Specific Questionnaire."
                        },
                        {
                            "type": "technical",
                            "description": "Refer to Procurement Specific Questionnaire."
                        },
                        {
                            "description": "See tender assessment matrix included with invitation to tender documents.",
                            "forReduction": true
                        }
                    ]
                },
                "renewal": {
                    "description": "JIC shall have the option to extend the term of the Service Agreement twice up to a maximum extension of 8 years to the initial term."
                }
            }
        ],
        "status": "cancelled",
        "value": {
            "amountGross": 14160000,
            "amount": 11800000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "JIC will conduct a Competitive Flexible Procedure comprising of a participation stage, followed by a two-stage tendering stage. Participation Stage Suppliers are invited to respond to the Procurement Specific Questionnaire (PSQ). Up to 6 suppliers who satisfy and pass the minimum conditions set out in the PSQ will be shortlisted and invited to the tendering stage. Tendering Stage - Stage One An Invitation to Tender (ITT) shall be circulated to the shortlisted suppliers. Suppliers will be required to submit tenders in response to the ITT, addressing the award criteria summarised in this tender notice and further detailed in the ITT. The procedure for the Stage One tendering stage, including a timetable for any clarifications, will be set out in the ITT. The ITT will confirm the nature and scope of any financing arrangement being requested by JIC for the supply of the CHP engines. JIC expects to make an award following evaluation of the tenders submitted in response of the ITT. However, JIC reserves the right to: (i) Introduce a period of negotiation following submission of tenders, if it is unable to make an award on the basis the tenders received in response to the ITT. The inclusion, scope and duration of any such negotiation, followed by an invitation to submit final offers will be at JIC's sole discretion. (ii) Following completion of the evaluation of all returns and the identification of the most advantageous offer (according to the award criteria), enter into dialogue with the most advantageous offer in order to refine elements of the contract, works, services and cost prior to execution of the contract. An award for Stage One will be in respect of a pre-construction services agreement for the project (PCSA). Tendering Stage - Stage Two The supplier appointed under the PCSA will, amongst other things, develop the RIBA Stage 4 design and cost for the full delivery of the project. The construction contract and service agreement may be awarded following completion of Stage Two at the sole discretion of JIC."
        },
        "submissionMethodDetails": "JIC invites interested suppliers to contact kris.sheahan@aecom.com, will.waterman@turntown.co.uk and james.backler@turntown.co.uk to request the Procurement Specific Questionnaire (PSQ) and draft Invitation to Tender (ITT) documents. The PSQ provides instructions on submission for the participation stage. Completed PSQs must be returned to the contacts above by midday on 18 December 2025. The ITT for tender purposes will be issued to shortlisted suppliers following evaluation of the PSQ and will include instructions on submission for the tender stage.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "notAllowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-12-18T12:00:00Z",
        "awardPeriod": {
            "endDate": "2026-05-08T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "074135-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/074135-2025",
                "datePublished": "2025-11-14T16:04:56Z",
                "format": "text/html"
            },
            {
                "id": "014779-2026",
                "documentType": "tenderCancellationNotice",
                "noticeType": "UK12",
                "description": "Procurement termination notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/014779-2026",
                "datePublished": "2026-02-18T13:29:09Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en",
    "awards": [
        {
            "id": "1",
            "status": "cancelled",
            "statusDetails": "There were no suppliers who submitted a Procurement Specific Questionnaire for this Procurement that satisfied the Conditions of Participation. Consequently, there are no suppliers who have been shortlisted to proceed to the tendering stage and John Innes Centre will not be proceeding with this procurement.",
            "finalStatusDate": "2026-02-17T00:00:00Z",
            "relatedLots": [
                "1"
            ]
        }
    ]
}