Tender

GMCA 1147 Biowaste treatment framework

  • Greater Manchester Combined Authority

F02: Contract notice

Notice identifier: 2025/S 000-006670

Procurement identifier (OCID): ocds-h6vhtk-04cd9f

Published 21 February 2025, 12:08pm



Section one: Contracting authority

one.1) Name and addresses

Greater Manchester Combined Authority

GMCA Offices, 1st Floor, Churchgate House, 56 Oxford Street

Manchester

M1 6EU

Contact

Ms Carys Hopcyn

Email

carys.hopcyn@greatermanchester-ca.gov.uk

Telephone

+44 7873927261

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.manchesterfire.gov.uk/

Buyer's address

http://www.manchesterfire.gov.uk/

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.the-chest.org.uk/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

GMCA 1147 Biowaste treatment framework

Reference number

DN757808

two.1.2) Main CPV code

  • 77120000 - Composting services

two.1.3) Type of contract

Services

two.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/

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.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/

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-000218

four.2.2) Time limit for receipt of tenders or requests to participate

Date

27 March 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

27 March 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court (England, Wales and Northern Ireland)

London

Country

United Kingdom