Tender

Provision of Waste Upholstered Domestic Seating (WUDS) containing Persistent Organic Pollutants (POPs) Acceptance and Recovery Services

  • Lancashire County Council

F02: Contract notice

Notice identifier: 2024/S 000-031840

Procurement identifier (OCID): ocds-h6vhtk-04a5c7

Published 4 October 2024, 10:48am



The closing date and time has been changed to:

21 November 2024, 11:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Lancashire County Council

Fishergate

Preston

PR18XJ

Contact

Andrew Patten

Email

contractscorporate@lancashire.gov.uk

Telephone

+44 1772536452

Country

United Kingdom

Region code

UKD4 - Lancashire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.lancashire.gov.uk

one.3) Communication

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

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

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

Provision of Waste Upholstered Domestic Seating (WUDS) containing Persistent Organic Pollutants (POPs) Acceptance and Recovery Services

Reference number

AP/CORP/LCC/24/007

two.1.2) Main CPV code

  • 90500000 - Refuse and waste related services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority is seeking tenders for the provision of acceptance and Recovery of Waste Upholstered Domestic Seating (WUDS) containing Persistent Organic Pollutants (POPs) services.

In summary, the services will comprise the acceptance, weighing and Recovery of WUDS Waste containing POPs from Lancashire County Council waste facilities and from Waste Collection Authorities from across Lancashire.

Please see the invitation to tender documents for more information.

two.1.5) Estimated total value

Value excluding VAT: £4,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90510000 - Refuse disposal and treatment
  • 90520000 - Radioactive-, toxic-, medical- and hazardous waste services
  • 90530000 - Operation of a refuse site

two.2.3) Place of performance

NUTS codes
  • UKD4 - Lancashire

two.2.4) Description of the procurement

The Authority is seeking tenders for the provision of acceptance and recovery of Waste Upholstered Domestic Seating (WUDS) containing Persistent Organic Pollutants (POPs) services.

In summary, the services will comprise the acceptance, weighing and recovery of WUDS Waste containing POPs from:

- the Authority Waste Facilities, and delivered to a Provider's Facility(ies) by the Authority and/or its transport contractor;

- Blackpool Council and delivered to a Provider's Facility(ies) by Blackpool Council and/or its transport contractor; and

- the Waste Collection Authorities, and delivered to a Provider's Facility(ies) by the Waste Collection Authority and/or its transport contractor.

In addition, the Authority reserves the right to include similar material from time to time, being any other WUDS Waste whose disposal the Authority or Blackpool Council may be responsible for.

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: £4,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The initial term is two (2) years from the service commencement date and the Council may, in its absolute discretion, extend the term by any number of defined periods, so long as the maximum duration of the framework agreement does not exceed four (4) years from the service commencement date. At either the end of the initial term or extended/maximum term, there may be a requirement for the services to continue, in this instance the services may be re-procured.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial term from the service commencement date will be two (2) years with the option to extend by any number of defined periods up to a maximum of twenty-four (24) months. The total maximum Framework Agreement duration from the service commencement date being four (4) years.

two.2.14) Additional information

The Authority reserves the right to enter discussions with the successful Provider to vary the agreement should the Environment Agency issue any guidance regarding additional domestic furniture or furnishings which may contain POPs not currently covered by the definition of WUDS Waste in the agreement during the term.


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 a single operator

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

Originally published as:

Date

7 November 2024

Local time

11:00am

Changed to:

Date

21 November 2024

Local time

11:00am

See the change notice.

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

7 November 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.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.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice - The High Court

Royal Courts of Justice, Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

six.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 framework agreement and the conclusion of the framework agreement.

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

Lancashire County Council

PO Box 71, County Hall

Preston

PR1 8XJ

Country

United Kingdom

Internet address

www.lancashire.gov.uk