Section one: Contracting authority
one.1) Name and addresses
Lancashire County Council
Fishergate
Preston
PR18XJ
Contact
LCC Corporate
contractscorporate@lancashire.gov.uk
Telephone
+44 1772530085
Country
United Kingdom
Region code
UKD45 - Mid Lancashire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
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
Maintenance Services for Leachate Collection & Treatment Systems
Reference number
BB/CORP/LCC/22/1538
two.1.2) Main CPV code
- 90000000 - Sewage, refuse, cleaning and environmental services
two.1.3) Type of contract
Services
two.1.4) Short description
Lancashire County Council (The Authority) invited for the provision of maintenance services for the Authority's leachate collection and treatment systems.
The Authority operates eight waste landfill sites throughout the county of Lancashire. The leachate collection and treatment systems at each site are designed to collect and/or collect and treat leachate prior to its discharge to foul sewer. Leachate is the liquid that drains or "leaches" from a landfill and is an unavoidable product of landfill. The liquid will have passed through materials and extracted solutes, suspended solids or any other component of the material through which it has passed. The Authority has a responsibility to ensure the leachate is collected and treated prior to its safe disposal into foul sewer to avoid pollution.
The performance of the Council's landfill drainage treatment systems is regulated by United Utilities Plc and the Environment Agency. The Authority has a responsibility to manage closed landfill sites as well as enforcing environmental standards, as per various legislative requirements such as Environmental Protection Act 1990, Environmental Permitting Regulations 2016 and Water Industry Act 1991. Therefore it is important that the systems designed to achieve these responsibilities are effectively cleaned and maintained.
The Services involve pipe work and sewer jetting, leachate sump and tank cleaning, lagoon cleaning and additional services as requested by the Authority from time to time. Additional services includes scope for out-of-hours work although in practice this is a rarity.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £270,000
two.2) Description
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKD4 - Lancashire
two.2.4) Description of the procurement
The Authority operates eight waste landfill sites throughout the county of Lancashire. The leachate collection and treatment systems at each site are designed to collect and/or collect and treat leachate prior to its discharge to foul sewer. Leachate is the liquid that drains or "leaches" from a landfill and is an unavoidable product of landfill. The liquid will have passed through materials and extracted solutes, suspended solids or any other component of the material through which it has passed. The Authority has a responsibility to ensure the leachate is collected and treated prior to its safe disposal into foul sewer to avoid pollution.
The performance of the Council's landfill drainage treatment systems is regulated by United Utilities Plc and the Environment Agency. The Authority has a responsibility to manage closed landfill sites as well as enforcing environmental standards, as per various legislative requirements such as Environmental Protection Act 1990, Environmental Permitting Regulations 2016 and Water Industry Act 1991. Therefore it is important that the systems designed to achieve these responsibilities are effectively cleaned and maintained.
The Services involve pipe work and sewer jetting, leachate sump and tank cleaning, lagoon cleaning and additional services as requested by the Authority from time to time. Additional services includes scope for out-of-hours work although in practice this is a rarity.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.11) Information about options
Options: Yes
Description of options
Up to a maximum of 24 months.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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: 2023/S 000-013529
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 July 2023
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Monks Contractors Limited
Blackburn
Country
United Kingdom
NUTS code
- UKD4 - Lancashire
Companies House
04555131
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £270,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The Royal Courts of Justice
London
WC2A 2LL
Country
United Kingdom