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