Tender

NBI Energy Centre - CHP Engines - Next Generation Infrastructure Programme

JOHN INNES CENTRE

This public procurement record has 3 releases in its history.

TenderUpdate

19 Mar 2026 at 16:38

Tender

06 Mar 2026 at 16:07

Planning

18 Feb 2026 at 14:05

Summary of the contracting process

The public procurement process led by the John Innes Centre, a public authority located at Norwich Research Park in Norwich, UK, focuses on the development of the NBI Energy Centre as part of the Next Generation Infrastructure Programme. This initiative aims to enhance the existing capabilities of the John Innes Centre and The Sainsbury Laboratory. The procurement is currently in the tender stage, seeking specialist suppliers to design, supply, install, and maintain Combined Heat and Power systems within the new Energy Centre. Important deadlines include an extended tender return deadline of 21 April 2026, ensuring interested parties have ample time to submit their bids. The procurement, valued at £13,800,000 gross, adheres to an open and competitive flexible procedure divided into two stages, focusing first on pre-construction services and subsequently on the overall construction and maintenance contract.

This tender represents a significant opportunity for businesses in the construction and engineering sectors, particularly those with expertise in CHP systems and infrastructure projects. The project is suited for small and medium-sized enterprises, given its emphasis on innovative and collaborative approaches to infrastructure development. The tender allows companies to showcase their capacity and capability in delivering high-quality design and installation services, with a balanced award criterion weighing quality and price. By participating, businesses can not only contribute to creating a world-class facility but also establish long-term service agreements with the John Innes Centre, potentially extending up to eight years beyond the initial contract period, thus fostering sustained business growth.

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

Notice Title

NBI Energy Centre - CHP Engines - 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 to looking to procure, on behalf of the Norwich Bioscience Institutes (NBI), the services of a specialist supplier for the proposed design, supply, installation and ongoing service provision associated with a Combined Heat and Power system (CHP Engines) within the new NBI Energy Centre located at JIC. This is a two stage tendering process where: (i) At Stage One: proposed procurement for the design of the CHP engines through a pre-construction services agreement following assessment of tender returns from the market; and (ii) At Stage Two: proposed procurement for the supply, installation and ongoing service provision through a construction contract (JCT Design and Build 2024 with client amends) and a service agreement following assessment of a tender return from the tenderer successful at Stage One.

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-065722
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025432-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
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


CPV Codes

45000000 - Construction work

50700000 - Repair and maintenance services of building installations

Notice Value(s)

Tender Value
£11,500,000 £10M-£100M
Lots Value
£11,500,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Mar 20261 months ago
Submission Deadline
21 Apr 2026Expired
Future Notice Date
5 Mar 2026Expired
Award Date
Not specified
Contract Period
16 Jul 2026 - 21 Feb 2030 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
JOHN INNES CENTRE
Additional Buyers

AECOM LIMITED

TURNER & TOWNSEND PROJECT MANAGEMENT LIMITED

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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-065722-2026-03-19T16:38:23Z",
    "date": "2026-03-19T16:38:23Z",
    "ocid": "ocds-h6vhtk-065722",
    "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": "2026-03-05T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "014803-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/014803-2026",
                "datePublished": "2026-02-18T14:05:21Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "NGIEC2026TN",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "NBI Energy Centre - CHP Engines - 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 to looking to procure, on behalf of the Norwich Bioscience Institutes (NBI), the services of a specialist supplier for the proposed design, supply, installation and ongoing service provision associated with a Combined Heat and Power system (CHP Engines) within the new NBI Energy Centre located at JIC. This is a two stage tendering process where: (i) At Stage One: proposed procurement for the design of the CHP engines through a pre-construction services agreement following assessment of tender returns from the market; and (ii) At Stage Two: proposed procurement for the supply, installation and ongoing service provision through a construction contract (JCT Design and Build 2024 with client amends) and a service agreement following assessment of a tender return from the tenderer successful at Stage One.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "works",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "contractPeriod": {
                    "startDate": "2026-07-17T00:00:00+01:00",
                    "endDate": "2030-02-21T23:59:59Z",
                    "maxExtentDate": "2038-02-19T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "active",
                "value": {
                    "amountGross": 13800000,
                    "amount": 11500000,
                    "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"
                                }
                            ]
                        },
                        {
                            "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"
                                }
                            ]
                        }
                    ]
                },
                "suitability": {
                    "sme": 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": "active",
        "value": {
            "amountGross": 13800000,
            "amount": 11500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "JIC will conduct a Competitive Flexible Procedure through a two-stage tendering process. Stage One Tenderers are required to submit tenders in response to the Invitation to Tender (ITT), addressing all items in the the gateway criteria, conditions to participation and award criteria summarised in this tender notice and further detailed in the ITT. A virtual technical briefing on the MEP design requirements will be held at 14:00 - 15:30 on 17 March 2026, which all interested Tenderers are invited to attend. A recording and responses to queries raised will be issued to interested Tenderers the next day. Details of how to attend are included in the ITT. Stage One Tender Returns will be assessed based on the following: Gateway Criteria - all tender returns will be assessed on this criteria on a pass/fail basis. Conditions to Participation - only those tender returns that satisfy the Gateway Criteria will be assessed on this criteria. Award Criteria - only those tender returns that satisfy both the Gateway Criteria and the Conditions to Participation will be assessed on this criteria. A negotiation period with the tenderer(s) who has the highest score on the award criteria will be undertaken to agree the key terms for the ongoing services arrangements in line with the JIC requirements set out in the ITT. If JIC, acting reasonably, is unable to reach any agreement on its key requirements with the highest scoring Tenderer, JIC reserves the right in its sole discretion to enter this negotiation phase with the second highest scoring Tenderer and so on to identify the most advantageous offer. JIC expects to make an award following evaluation of the tenders submitted in response to the ITT. However following completion of the evaluation of all returns and the identification of the most advantageous offer (according to the process outlined above and in the ITT), JIC reserves the right in its sole discretion to 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). The full procedure for the Stage One tendering stage, including a timetable for any clarifications and scoring criteria, is further set out in the ITT. Stage Two The Tenderer 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 Invitation to Tender (ITT) documents. The ITT provides instructions on what needs to be submitted for tender. Tender returns in compliance with the ITT instructions must be returned by email to the contacts above by 12 noon on 21 April 2026 to be considered for evaluation.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "notAllowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-04-21T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-04-07T12:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-07-01T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "020579-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/020579-2026",
                "datePublished": "2026-03-06T16:07:04Z",
                "format": "text/html"
            },
            {
                "id": "025432-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/025432-2026",
                "datePublished": "2026-03-19T16:38:23Z",
                "format": "text/html"
            }
        ],
        "amendments": [
            {
                "id": "025432-2026",
                "description": "Following requests from interested suppliers, a two-week extension to the Tender Period has been granted and accordingly: (i) the deadline for tender queries is 12noon on 7 April 2026 (ii) deadline for tender returns is 12 noon on 21 April 2026 (ii) estimated contract start date is 17 July 2026"
            }
        ]
    },
    "language": "en"
}