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
James.Mynott@lancashirerenewables.co.uk
Telephone
+44 1772642967
Country
United Kingdom
Region code
UKD4 - Lancashire
Internet address(es)
Main address
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