Construction Contract Leads
United Kingdom
Category Works
Type
No. of Lots 1
Status Active
Published 14th Feb 2025
Reference | ocds-h6vhtk-04e25f |
Common Procurement Vocabulary | Construction work |
Procurement Method | Open procedure |
Value | £4,500,000 |
United Kingdom
Category Works
Type
No. of Lots 1
Status Active
Published 14th Feb 2025
Reference | ocds-h6vhtk-04e25f |
Common Procurement Vocabulary | Construction work |
Procurement Method | Open procedure |
Value | £4,500,000 |
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
Contact
Mrs Ruth Peck
Ruth.Peck [at] greatermanchester-ca.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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 825 Household Waste Recycling Centre at Reliance Street, Manchester
Reference number
DN763551
II.1.2) Main CPV code
- 45000000 - Construction work
II.1.3) Type of contract
Works
II.1.4) Short description
GMCA are seeking to provide a new HWRC facility at Reliance Street to improve recycling
rates, improve traffic management and provide improved waste segregation. The existing
facility is an aging asset with a small and inefficient layout.
The proposed development has been designed to ensure efficiency of movement from both
public and operational perspectives, from a public point of view, this means provision of
separate entrance and exit off Reliance Street and provision of double lane width around
the one-way system.
This layout will improve access and traffic management particularly in higher volume
periods, allowing Suez to safely manage traffic during higher demand periods.
The scope of the works for related to the proposed HWRC includes, but is not limited to:
 Site establishment – accommodation, welfare and enabling works.
ï‚· Site clearance works
ï‚· Demolition and removal of structures, slabs and services
ï‚· Ground works, all below ground construction and drainage activities
ï‚· Pilling works and structures, concrete works and surface finishes as per the tender
drawings and pilling details provided in Appendix D – Kellers Pilling Proposal
ï‚· Boundary fencing, railings, access stairs and barriers
ï‚· All white lining and pedestrian line colour markings and site signage.
ï‚· Installation and integration of re-use shop and welfare building (Reuse container and
welfare building to be supplied by GMCA)
ï‚· Electrical, Lighting, CCTV and other service installations
ï‚· All required testing and commissioning
ï‚· Site De-mobilisation
ï‚· Project completion
II.1.5) Estimated total value
Value excluding VAT: £4,500,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
GMCA are seeking to provide a new HWRC facility at Reliance Street to improve recycling
rates, improve traffic management and provide improved waste segregation. The existing
facility is an aging asset with a small and inefficient layout.
The proposed development has been designed to ensure efficiency of movement from both
public and operational perspectives, from a public point of view, this means provision of
separate entrance and exit off Reliance Street and provision of double lane width around
the one-way system.
This layout will improve access and traffic management particularly in higher volume
periods, allowing Suez to safely manage traffic during higher demand periods.
The scope of the works for related to the proposed HWRC includes, but is not limited to:
 Site establishment – accommodation, welfare and enabling works.
ï‚· Site clearance works
ï‚· Demolition and removal of structures, slabs and services
ï‚· Ground works, all below ground construction and drainage activities
ï‚· Pilling works and structures, concrete works and surface finishes as per the tender
drawings and pilling details provided in Appendix D – Kellers Pilling Proposal
ï‚· Boundary fencing, railings, access stairs and barriers
ï‚· All white lining and pedestrian line colour markings and site signage.
ï‚· Installation and integration of re-use shop and welfare building (Reuse container and
welfare building to be supplied by GMCA)
ï‚· Electrical, Lighting, CCTV and other service installations
ï‚· All required testing and commissioning
ï‚· Site De-mobilisation
ï‚· Project completion
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £4,500,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
9
This contract is subject to renewal
No
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
21 March 2025
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
21 March 2025
Local time
12:00pm
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
WC2A 2LL
Country
United Kingdom