Tender

NBI Energy Centre - Next Generation Infrastructure Programme

  • JOHN INNES CENTRE

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-074135

Procurement identifier (OCID): ocds-h6vhtk-05a7e4 (view related notices)

Published 14 November 2025, 4:04pm



Scope

Reference

NGIEC2025TN

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.

Total value (estimated)

  • £11,800,000 excluding VAT
  • £14,160,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 15 June 2026 to 11 January 2028
  • Possible extension to 11 January 2038
  • 11 years, 6 months, 27 days

Description of possible extension:

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.

Main procurement category

Works

CPV classifications

  • 45000000 - Construction work
  • 50700000 - Repair and maintenance services of building installations
  • 51100000 - Installation services of electrical and mechanical equipment

Contract locations

  • UKH - East of England

Participation

Legal and financial capacity conditions of participation

Refer to Procurement Specific Questionnaire.

Technical ability conditions of participation

Refer to Procurement Specific Questionnaire.

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Submission type

Requests to participate

Deadline for requests to participate

18 December 2025, 12:00pm

Submission address and any special instructions

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.

Tenders may be submitted electronically

No

Languages that may be used for submission

English

Suppliers to be invited to tender

5 to 6 suppliers

Selection criteria:

See tender assessment matrix included with invitation to tender documents.

Award decision date (estimated)

8 May 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Quality

Capacity and Capability to deliver the design, supply and installation of the CHP Engines

Quality 60%
Commercial

Pricing proposals for pre-construction services and supply, installation and ongoing maintenance of CHP engines.

Price 40%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Competitive flexible procedure

Competitive flexible procedure description

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.


Contracting authority

JOHN INNES CENTRE

  • Companies House: 00511709
  • Public Procurement Organisation Number: PLPM-1264-MBHL

Norwich Research Park

Norwich

NR4 7UH

United Kingdom

Region: UKH17 - Breckland and South Norfolk

Organisation type: Public authority - sub-central government


Other organisations

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

TURNER & TOWNSEND PROJECT MANAGEMENT LIMITED

Summary of their role in this procurement: Project Manager

  • Companies House: 02165592
  • Public Procurement Organisation Number: PMZP-2287-VRPN

Low Hall, Calverley Lane, Horsforth

Leeds

LS18 4GH

United Kingdom

Region: UKE42 - Leeds

AECOM LIMITED

Summary of their role in this procurement: Cost and Procurement Manager

  • Companies House: 01846493
  • Public Procurement Organisation Number: PCLX-5446-YHDX

Aldgate Tower

London

E1 8FA

United Kingdom

Region: UKI42 - Tower Hamlets


Contact organisation

Contact AECOM LIMITED for any enquiries.