Tender

Lease of a Waste Transport Fleet and Associated Services

  • Lancashire Renewables Limited

F02: Contract notice

Notice identifier: 2024/S 000-023062

Procurement identifier (OCID): ocds-h6vhtk-044e5f

Published 24 July 2024, 3:02pm



The closing date and time has been changed to:

10 September 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Lancashire Renewables Limited

County Hall, Lancashire County Council, Democratic Services Department

Preston

PR1 0LD

Contact

Mr James Mynott

Email

James.Mynott@lancashirerenewables.co.uk

Telephone

+44 1772642967

Country

United Kingdom

Region code

UKD4 - Lancashire

Internet address(es)

Main address

http://www.lancashire.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Opportunities

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Opportunities

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Waste Processing Facilities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Lease of a Waste Transport Fleet and Associated Services

Reference number

DN729197

two.1.2) Main CPV code

  • 66114000 - Financial leasing services

two.1.3) Type of contract

Services

two.1.4) Short description

Lancashire Renewables Ltd (the Authority) (formally Global Renewables Lancashire Operations Ltd) operates and manages two waste treatment facilities in Lancashire. The Authority’s key objectives are to receive, treat and transport contract waste in accordance with the targets and service requirements set out in the Service Level Agreement between the company and its majority shareholder, Lancashire County Council.

The Authority's two addresses are:

Lancashire Renewables Limited

Farington Waste Recovery Park

Sustainability Way

Leyland

Lancashire

PR26 6TB

and

Lancashire Renewables Limited

Thornton Waste Recovery Park

Enterprise Way

Fleetwood Road North

Thornton

Lancashire

FY7 8RY

The Authority is seeking to establish a Framework Agreement for the provision of the lease and maintenance services of various HGVs (Equipment) as detailed in the tender documentation. The Core Equipment to be leased through the Framework Agreement will be:

- 6x4 axle configuration tractor units each hauling an ejector trailer (landfill site operations)

- 6x2 axle configuration tractor units each hauling a walking floor trailer (non-landfill operations)

- 6x2 axle configuration tractor units each hauling a vacuum tanker trailer (non-landfill operations)

It is anticipated that 35 complete vehicles will be leased through the Framework's initial order and that operational commencement of these vehicles will be October 2025.

two.1.5) Estimated total value

Value excluding VAT: £15,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 34200000 - Vehicle bodies, trailers or semi-trailers
  • 50111000 - Fleet management, repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKD4 - Lancashire

two.2.4) Description of the procurement

The anticipated makeup of the Initial Order and a brief summary of the Services is as follows:

• Five (5) 6x4 axle configuration tractor units each hauling an ejector trailer (landfill site operations)

• Twenty-seven (27) 6x2 axle configuration tractor units each hauling a walking floor trailer (non-landfill operations)

• Three (3) 6x2 axle configuration tractor units each hauling a vacuum tanker trailer (non-landfill operations)

• Dedicated full time service engineer supplied with a van, to conduct onsite servicing of Equipment at the Authority’s Farington and Thornton sites

• Maintenance of the Equipment alongside including tyre management services for all Equipment under lease.

Please note that the numbers above are the Authority’s best estimates and are provided to Tenderers in good faith. The fleet makeup may need to change.

The Initial Order shall be ready for pre-inspection by September 2025 to allow operational commencement in October 2025. The Authority intends to provide a minimum of nine months' lead-time between placing the Initial Order and the pre-inspection deadline.

At any time during the Framework Agreement's term, the Authority reserves the right (but is not obligated) to source additional Equipment from the Suppliers. Such additional Equipment may consist of the aforementioned Core Equipment, or Non-core Equipment as described in ITT Appendix 1, Schedule 1 Part A - Vehicle Specifications:

Non-core Equipment includes HGVs over 7.5t operating weight made up of tractor units or rigid vehicles with any type of wheelbase and configuration reasonably required to deliver the Authority’s haulage services, for example: hook loaders, flat bed or dropside, curtain sided trailers, tippers, tankers and gully emptiers, etc. It also includes alternative ‘green’ technology (electric, gas, or hybrid powered vehicles). The Authority reserves the right to nominate the Equipment chassis manufacturer.

Additional Equipment sourced through the Framework would be used for similar waste transport and haulage services to broaden the capability of the Authority’s waste transport fleet as determined by operational needs, which includes hauling new waste streams from 2026 onwards (food waste), as well as different ways of hauling existing waste streams.

The most likely additional Orders in the Authority’s estimate are as follows:

• Additional 6x2 axle configuration tractor units each hauling a vacuum tanker trailer. These may be the same as or a slightly different Specification to the Core Equipment. Between 1-2 complete units is estimated with envisaged operational commencement circa 2026.

• Equipment capable of collecting and hauling various types of skips, such as enclosed hooklift skips or roll on / roll off skips via drawbar trailers on hook loader vehicles, the skips of which may hold different types of waste (food waste most likely). Envisaged operational commencement circa January-March 2026.

• Equipment capable of hauling various types of waste directly, such as half-pipe tipper trailers or other types of tipper trailers, which may hold different types of waste (food waste most likely), or curtain-sided trailers (baled co-mingled waste or paper and card most likely) and possibly required circa April-June 2026.

The estimated value range of the Framework Agreement is £15,000,000 - £21,000,000.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £15,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

The estimated value range of the Framework Agreement and all Orders awarded is £15,000,000 - £21,000,000.

Lease Periods for Equipment are up to 60 months, or up to 84 months if the Order for the lease is extended, or such other duration as may be agreed by the parties commencing on the Commencement Date for which the Equipment specified in an Order shall be made available to the Customer under the terms of the Framework Agreement.

The tender opportunity is available on The Chest (https://procontract.due-north.com/Opportunities). Any interested parties should obtain the tender documentation from the opportunity on The Chest. Requests for clarification concerning the tender procedure must go via the e-tendering portal as per the ITT instructions & guidance document.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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: 2024/S 000-010345

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

Originally published as:

Date

3 September 2024

Local time

12:00pm

Changed to:

Date

10 September 2024

Local time

12:00pm

See the change notice.

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

English

four.2.7) Conditions for opening of tenders

Date

3 September 2024

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice - The High Court

London

WC2A 2LL

Country

United Kingdom