Hysbysiad gwybodaeth ymlaen llaw
Hysbysiad gwybodaeth ymlaen llaw yn unig yw hwn
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Greater Manchester Combined Authority
GMCA Offices, 1st Floor, Churchgate House, 56 Oxford Street
Manchester
M1 6EU
UK
Person cyswllt: Ms Carys Hopcyn
Ffôn: +44 7873927261
E-bost: carys.hopcyn@greatermanchester-ca.gov.uk
NUTS: UKD3
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.manchesterfire.gov.uk/
Cyfeiriad proffil y prynwr: http://www.manchesterfire.gov.uk/
I.3) Cyfathrebu
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
GMCA 1147 Biowaste treatment framework
Cyfeirnod: DN757808
II.1.2) Prif god CPV
77120000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
90500000
II.2.3) Man cyflawni
Cod NUTS:
UKD3
II.2.4) Disgrifiad o’r caffaeliad
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) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 17 500 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
Renewal based on satisfactory performance
II.3) Dyddiad amcangyfrifedig ar gyfer cyhoeddi’r hysbysiad contract:
13/01/2025
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
Section VI: Gwybodaeth ategol
VI.3) Gwybodaeth ychwanegol
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) Dyddiad anfon yr hysbysiad hwn
06/01/2025