Prior information notice
This notice is for prior information only
Section I: Contracting
authority
I.1) Name and addresses
Greater Manchester Combined Authority
GMCA Offices, 1st Floor, Churchgate House, 56 Oxford Street
Manchester
M1 6EU
UK
Contact person: Ms Carys Hopcyn
Telephone: +44 7873927261
E-mail: carys.hopcyn@greatermanchester-ca.gov.uk
NUTS: UKD3
Internet address(es)
Main address: http://www.manchesterfire.gov.uk/
Address of the buyer profile: http://www.manchesterfire.gov.uk/
I.3) Communication
Additional information can be obtained from the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
GMCA 1147 Biowaste treatment framework
Reference number: DN757808
II.1.2) Main CPV code
77120000
II.1.3) Type of contract
Services
II.1.4) Short description
GMCA is seeking to procure the arrangements for the treatment of co-mingled food and ‘green’ garden Biowaste from 2026. The scope of this procurement is to appoint a multi-supplier Framework of suitable organisations that operate in-vessel composting plants, and any other suitable biowaste treatment facilities, which are competent and accredited to provide biowaste treatment services in line with the Authority’s requirements.
The establishment of the Framework will enable the Authority to secure treatment capacity for the treatment of c.130,000 tonnes annually of Biowaste arising ("Contract Waste") through a series of Call-Off Contracts, in smaller packages, that shall be awarded following a mini-tender with providers appointed to the Framework
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90500000
II.2.3) Place of performance
NUTS code:
UKD3
II.2.4) Description of the procurement
A multi-supplier Framework is being created by the Authority following recent market testing activity which has identified that no single supplier alone has the capability to meet the Authority’s requirements.
The minimum number of suppliers that will be appointed as Framework Contractors is two in line with the Public Contracts Regulations 2015. The maximum number of suppliers that shall be appointed to the Framework will be determined by cumulative tonnage capacity of appointed Framework Contractors. Following the outcome of Tender evaluations, the most economically advantageous operators shall be appointed to the Framework in order of their ranking until the point at which the defined (permitted) capacity requirement is exceeded. Further details on this approach will be set out in the ITT.
II.2.6) Estimated value
Value excluding VAT:
17 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
This contract is subject to renewal: Yes
Description of renewals:
Renewal based on satisfactory performance
II.3) Estimated date of publication of contract notice:
13/01/2025
Section IV: Procedure
IV.1) Description
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section VI: Complementary information
VI.3) Additional information
This Prior Information Notice (PIN) is an indication of potential future procurement activity and the Authority’s requirements may be subject to change. The PIN is not part of any pre-qualification or selection process and is not a commitment by the Authority to undertake a future procurement process.
VI.5) Date of dispatch of this notice
06/01/2025