Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Treated Residual Waste Recovery Services (4 lots)

  • First published: 22 March 2024
  • Last modified: 22 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-044b13
Published by:
Lancashire County Council
Authority ID:
AA0033
Publication date:
22 March 2024
Deadline date:
26 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lancashire County Council is seeking tenders for the provision of treated residual waste recovery services.

In summary, the services will comprise the acceptance, weighing and recovery of treated residual waste arising from the processing of residual waste at Farington Waste Recovery Park and Thornton Waste Recovery Park, and delivered to a Provider's facility by the Authority and/or its transport contractor.

The Services are being procured on the basis of four (4) lots. Please see the tender documents for more information.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Lancashire County Council

Fishergate

Preston

PR18XJ

UK

Contact person: Andrew Patten

Telephone: +44 1772536452

E-mail: contractscorporate@lancashire.gov.uk

NUTS: UKD45

Internet address(es)

Main address: www.lancashire.gov.uk

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

www.lancashire.gov.uk/business/tenders-and-procurement/tenders/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.lancashire.gov.uk/fusion-supplier-portal/


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

Provision of Treated Residual Waste Recovery Services (4 lots)

Reference number: AP/CORP/LCC/24/002

II.1.2) Main CPV code

90500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Lancashire County Council is seeking tenders for the provision of treated residual waste recovery services.

In summary, the services will comprise the acceptance, weighing and recovery of treated residual waste arising from the processing of residual waste at Farington Waste Recovery Park and Thornton Waste Recovery Park, and delivered to a Provider's facility by the Authority and/or its transport contractor.

The Services are being procured on the basis of four (4) lots. Please see the tender documents for more information.

II.1.5) Estimated total value

Value excluding VAT: 62 100 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenderers are invited to bid for all or any of the lots. However, tenderers shall note that the maximum number of lots a tenderer can be awarded is two, and tenderers are not able to be awarded both lots at a single Authority waste facility. For example, a tenderer may bid for all four lots, but the maximum the tenderer can be awarded is one lot from Farington Waste Recovery Park (Lot 1 or Lot 2) and one lot from Thornton Waste Recovery Park (Lot 3 or Lot 4).The only exception to this will be if there is only one tenderer for Lot1/Lot2 or Lot 3/4, in which case, subject to agreement with the tenderer, and subject to that tenderer having the relevant capacity at the Provider facility to accommodate both lots following evaluation of all lots, a tenderer may be awarded both lots at a single Authority waste facility and be awarded up to a maximum of four lots.

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Farington Waste Recovery Park

II.2.2) Additional CPV code(s)

90510000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

The services will comprise the acceptance, weighing and recovery of treated residual waste arising from the processing of residual waste at Farington Waste Recovery Park, and delivered to a Provider's facility by the Authority and/or its transport contractor.

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: 20 125 000.00  GBP

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

Duration in months: 60

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: Yes

Description of options:

The initial contract duration from the service commencement date will be three (3) years with the option to extend by a further period or periods of twelve (12) months up to a maximum of twenty-four (24) months. The total maximum contract duration from the service commencement date being five (5) years.

II.2.13) Information about European Union funds

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

Lot No: 2

II.2.1) Title

Lot 2 - Farington Waste Recovery Park

II.2.2) Additional CPV code(s)

90510000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

The services will comprise the acceptance, weighing and recovery of treated residual waste arising from the processing of residual waste at Farington Waste Recovery Park, and delivered to a Provider's facility by the Authority and/or its transport contractor.

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: 20 125 000.00  GBP

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

Duration in months: 60

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: Yes

Description of options:

The initial contract duration from the service commencement date will be three (3) years with the option to extend by a further period or periods of twelve (12) months up to a maximum of twenty-four (24) months. The total maximum contract duration from the service commencement date being five (5) years.

II.2.13) Information about European Union funds

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

Lot No: 3

II.2.1) Title

Lot 3 - Thornton Waste Recovery Park

II.2.2) Additional CPV code(s)

90510000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

The services will comprise the acceptance, weighing and recovery of treated residual waste arising from the processing of residual waste at Thornton Waste Recovery Park, and delivered to a Provider's facility by the Authority and/or its transport contractor.

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: 10 925 000.00  GBP

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

Duration in months: 60

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: Yes

Description of options:

The initial contract duration from the service commencement date will be three (3) years with the option to extend by a further period or periods of twelve (12) months up to a maximum of twenty-four (24) months. The total maximum contract duration from the service commencement date being five (5) years.

II.2.13) Information about European Union funds

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

Lot No: 4

II.2.1) Title

Lot 4 - Thornton Waste Recovery Park

II.2.2) Additional CPV code(s)

90510000

II.2.3) Place of performance

NUTS code:

UKD4

II.2.4) Description of the procurement

The services will comprise the acceptance, weighing and recovery of treated residual waste arising from the processing of residual waste at Thornton Waste Recovery Park, and delivered to a Provider's facility by the Authority and/or its transport contractor.

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: 10 925 000.00  GBP

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

Duration in months: 60

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: Yes

Description of options:

The initial contract duration from the service commencement date will be three (3) years with the option to extend by a further period or periods of twelve (12) months up to a maximum of twenty-four (24) months. The total maximum contract duration from the service commencement date being five (5) years.

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 26/04/2024

Local time: 11:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 26/04/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

The tender documents are available on Lancashire County Council's electronic tendering site: www.lancashire.gov.uk/fusion-supplier-portal/

Use of this system does not require high specification IT equipment or connections, nor high level personal IT skills/capabilities. Access to the system/software and advice is free of charge. Registration is necessary in order to view the tender details and obtain tender documentation. Tenderers are advised to allow plenty of time for registration and to do this as early as possible during the tender period.

Please see www.lancashire.gov.uk/business/tenders-and-procurement/tenders/ for further information.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice - The High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

UK

Internet address(es)

URL: https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

This competitive procurement is undertaken in accordance with Lancashire County Council's Contract Standing Orders. The Council will operate a standstill period of not less than 10 calendar days between notifying bidders of its intention to award the contracts and the confirmation of award of contracts.

VI.4.4) Service from which information about the review procedure may be obtained

Lancashire County Council

PO Box 71, County Hall

Preston

PR1 8XJ

UK

Internet address(es)

URL: www.lancashire.gov.uk

VI.5) Date of dispatch of this notice

21/03/2024

Coding

Commodity categories

ID Title Parent category
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90510000 Refuse disposal and treatment Refuse and waste related services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
contractscorporate@lancashire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.