Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Lincolnshire County Council
Orchard House, Orchard Street
Lincoln
LN1 1BA
UK
Contact person: Ms Leanne Fotherby
Telephone: +44 1522552541
E-mail: leanne.fotherby@lincolnshire.gov.uk
NUTS: UKF3
Internet address(es)
Main address: https://www.lincolnshire.gov.uk
Address of the buyer profile: https://www.lincolnshire.gov.uk
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://procontract.due-north.com/Advert/Index?advertId=3811f5e8-dacf-ed11-8120-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=3811f5e8-dacf-ed11-8120-005056b64545
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
LCC - Provision of Food Waste Processing and Transportation Services for Lincolnshire County Council
Reference number: DN663863
II.1.2) Main CPV code
90000000
II.1.3) Type of contract
Services
II.1.4) Short description
The services being procured as part of this Procurement are the haulage and treatment, via anaerobic digestion, of domestic and Trade Food Waste and its Leachate. The Contract will run for a period of five years commencing 1st September 2025. There will be an option for the Council to extend the Contract by two periods of up to two years each to a maximum contract term of nine [9] years. The Contract will be Lotted into two Lots - North and South - and Suppliers can bid for one or both Lots.
At present domestic Food Waste is co-mingled with residual waste and disposed of with residual waste by incineration, however, the Council anticipates that household collections of separated Food Waste will commence from 2025, with a two -phased approach with Gainsborough and Sleaford WTS commencing separate weekly Food Waste collections from autumn 2025 and the remaining 5 WCAs commencing collections throughout winter 2025 with all collecting Food Waste by 31st March 2026.
Food Waste will be collected weekly by the WCAs and be delivered to the Customer’s waste transfer stations to be bulked up and collected by the Supplier for haulage to the Supplier’s Facility for treatment. Food Waste may be presented loose, within a bag or other packaging. The Supplier is expected to collect and handle the Food Waste in this form. Leachate will be stored in tanks which the Supplier will empty and haul to the Supplier’s Facility for treatment. It is estimated that, once all Collection Points are collecting Food Waste, the volume of Food Waste shall be approximately 30,000 – 50,000 tonnes per year, though this is not guaranteed, and actual volumes presented may vary from this figure. The volume of leachate from the Food Waste is currently unknown although the Customer anticipates the tanks will require emptying on a weekly basis and the tanks will be between 2,800 litres and 3,800 litres depending on the size of the WTS.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
North
II.2.2) Additional CPV code(s)
90510000
II.2.3) Place of performance
NUTS code:
UKF3
II.2.4) Description of the procurement
The services being procured as part of this Procurement are the haulage and treatment, via anaerobic digestion, of domestic and trade Food Waste and its Leachate. The Contract will run for a period of five years commencing 1st September 2025. There will be an option for the Council to extend the Contract by two periods of up to two years each to a maximum contract term of nine [9] years. The Contract will be Lotted into two Lots - North and South - and Suppliers can bid for one or both Lots.
Lot 1 - North - comprises of the following Waste Transfer Stations;
Louth, Gainsborough and Lincoln
At present domestic Food Waste is co-mingled with residual waste and disposed of with residual waste by incineration, however, the Council anticipates that household collections of separated Food Waste will commence from 2025, with a two -phased approach with Gainsborough and Sleaford WTS commencing separate weekly Food Waste collections from autumn 2025 and the remaining 5 WCAs commencing collections throughout winter 2025 with all collecting Food Waste by 31st March 2026.
Food Waste will be collected weekly by the WCAs and be delivered to the Customer’s waste transfer stations to be bulked up and collected by the Supplier for haulage to the Supplier’s Facility for treatment. Food Waste may be presented loose, within a bag or other packaging. The Supplier is expected to collect and handle the Food Waste in this form. Leachate will be stored in tanks which the Supplier will empty and haul to the Supplier’s Facility for treatment. It is estimated that, once all Collection Points are collecting Food Waste, the volume of Food Waste shall be approximately 30,000 – 50,000 tonnes per year, though this is not guaranteed, and actual volumes presented may vary from this figure. The volume of leachate from the Food Waste is currently unknown although the Customer anticipates the tanks will require emptying on a weekly basis and the tanks will be between 2,800 litres and 3,800 litres depending on the size of the WTS.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
There is the option to extend by 2 further periods of up to 2 years to a maximum contract period of 9 years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
South
II.2.2) Additional CPV code(s)
90510000
II.2.3) Place of performance
NUTS code:
UKF3
II.2.4) Description of the procurement
The services being procured as part of this Procurement are the haulage and treatment, via anaerobic digestion, of domestic and Trade Food Waste and its Leachate. The Contract will run for a period of five years commencing 1st September 2025. There will be an option for the Council to extend the Contract by two periods of up to two years each to a maximum contract term of nine [9] years. The Contract will be Lotted into two Lots - North and South - and Suppliers can bid for one or both Lots.
Lot 2 - South - comprises of the following Waste Transfer Stations;
Sleaford, Grantham and Boston
At present domestic Food Waste is co-mingled with residual waste and disposed of with residual waste by incineration, however, the Council anticipates that household collections of separated Food Waste will commence from 2025, with a two -phased approach with Gainsborough and Sleaford WTS commencing separate weekly Food Waste collections from autumn 2025 and the remaining 5 WCAs commencing collections throughout winter 2025 with all collecting Food Waste by 31st March 2026.
Food Waste will be collected weekly by the WCAs and be delivered to the Customer’s waste transfer stations to be bulked up and collected by the Supplier for haulage to the Supplier’s Facility for treatment. Food Waste may be presented loose, within a bag or other packaging. The Supplier is expected to collect and handle the Food Waste in this form. Leachate will be stored in tanks which the Supplier will empty and haul to the Supplier’s Facility for treatment. It is estimated that, once all Collection Points are collecting Food Waste, the volume of Food Waste shall be approximately 30,000 – 50,000 tonnes per year, though this is not guaranteed, and actual volumes presented may vary from this figure. The volume of leachate from the Food Waste is currently unknown although the Customer anticipates the tanks will require emptying on a weekly basis and the tanks will be between 2,800 litres and 3,800 litres depending on the size of the WTS.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
There is the option to extend by 2 further periods of up to 2 years to a maximum contract period of 9 years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-009549
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/05/2024
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
07/05/2024
Local time: 15:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
Legal Services Lincolnshire
County Offices, Newland
Lincoln
LN1 1YL
UK
E-mail: LegalServices@lincolnshire.gov.uk
VI.5) Date of dispatch of this notice
05/04/2024