Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

North West

Category Services

Type

No. of Lots 2

Status Active

Published 5th Mar 2024

Tender Details
Referenceocds-h6vhtk-04459a
Common Procurement VocabularyRefuse disposal and treatment
Procurement MethodOpen procedure
Value£1,517,520
More Tenders »

North West

Category Services

Type

No. of Lots 2

Status Active

Published 5th Mar 2024

Tender Details
Referenceocds-h6vhtk-04459a
Common Procurement VocabularyRefuse disposal and treatment
Procurement MethodOpen procedure
Value£1,517,520

Section I: Contracting authority

I.1) Name and addresses

Lancashire County Council

Fishergate

Preston

PR18XJ

Contact

Andrew Patten

Email

contractscorporate [at] lancashire.gov.uk

Telephone

+44 1772536452

Country

United Kingdom

NUTS code

UKD4 - Lancashire

Justification for not providing organisation identifier

Not on any register

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/

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/

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

Waste Metal Collection, Transportation and Recycling Services (2 lots)

Reference number

AP/CORP/LCC/24/003

II.1.2) Main CPV code

  • 90510000 - Refuse disposal and treatment

II.1.3) Type of contract

Services

II.1.4) Short description

Lancashire County Council is seeking tenders for the provision of waste metal collection, transportation and recycling services.

The services will comprise the collection, transportation, weighing and recycling of waste metal arising from the Lancashire County Council waste facilities and delivered to a provider's facility by the provider. Waste metal is deposited by members of the public and as such, the quality of waste metal can vary.

The services are being procured on the basis of two (2) Lots: Lot 1 - Preston Transfer Station; and Lot 2 - Middleton Transfer Station. Please see the invitation to tender documents for further information.

II.1.5) Estimated total value

Value excluding VAT: £1,517,520

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Lot 1 - Preston Transfer Station

Lot No

1

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UKD45 - Mid Lancashire

II.2.4) Description of the procurement

Lancashire County Council is seeking tenders for the provision of waste metal collection, transportation and recycling services.

The services will comprise the collection, transportation, weighing and recycling of waste metal arising from Preston Transfer Station and delivered to a provider's facility by the provider. Waste metal is deposited by members of the public and as such, the quality of waste metal can vary.

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: £1,072,000

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

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2) Description

II.2.1) Title

Lot 2 - Middleton Transfer Station

Lot No

2

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services

II.2.3) Place of performance

NUTS codes
  • UKD44 - Lancaster and Wyre

II.2.4) Description of the procurement

Lancashire County Council is seeking tenders for the provision of waste metal collection, transportation and recycling services.

The services will comprise the collection, transportation, weighing and recycling of waste metal arising from Middleton Transfer Station and delivered to a provider's facility by the provider. Waste metal is deposited by members of the public and as such, the quality of waste metal can vary.

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: £445,520

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

Duration in months

48

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.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

IV.1.8) Information about the 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

16 April 2024

Local time

11:00am

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

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

16 April 2024

Local time

12:00pm


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

Country

United Kingdom

Internet address

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 framework agreement and the conclusion of the framework agreement.

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

Country

United Kingdom

Internet address

www.lancashire.gov.uk