Contract notice
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
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.the-chest.org.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.the-chest.org.uk/
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
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 continue to secure treatment capacity for the treatment of c.100,000 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. The Call-Off Contracts for Biowaste treatment capacity shall be awarded shortly after the appointment of the Framework Contractors. These Contracts will be based on a number of smaller packages, for varying lengths of time, based on annual or seasonal requirements. The details of which will be described in the Call-Off procedure over the term of the Framework.
Tender documents are available: https://www.the-chest.org.uk/
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKD3
II.2.4) Description of the procurement
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 continue to secure treatment capacity for the treatment of c.100,000 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. The Call-Off Contracts for Biowaste treatment capacity shall be awarded shortly after the appointment of the Framework Contractors. These Contracts will be based on a number of smaller packages, for varying lengths of time, based on annual or seasonal requirements. The details of which will be described in the Call-Off procedure over the term of the Framework.
Tender documents are available: https://www.the-chest.org.uk/
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Justification for any framework agreement duration exceeding 4 years:
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-000218
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
27/03/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
27/03/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
The High Court (England, Wales and Northern Ireland)
London
UK
VI.5) Date of dispatch of this notice
21/02/2025