Award

Lease of a Waste Transport Fleet and Associated Services

LANCASHIRE RENEWABLES LIMITED

This public procurement record has 4 releases in its history.

Award

23 Dec 2024 at 09:01

TenderUpdate

16 Aug 2024 at 10:59

Tender

24 Jul 2024 at 14:02

Planning

28 Mar 2024 at 15:07

Summary of the contracting process

Lancashire Renewables Ltd has completed the procurement process for their "Lease of a Waste Transport Fleet and Associated Services" contract under an open procedure. This contract, valued between £15,000,000 and £21,000,000, is a framework agreement for leasing and maintaining various heavy goods vehicles (HGVs) to support their waste treatment operations in Farington and Thornton, Lancashire. The procurement aimed to secure 35 vehicles ready for operation by October 2025, with additional equipment possibly needed starting from 2026. The procurement stage concluded with the award on 23 December 2024, and the contracts were signed with Monks Contractors Limited and Riverside Truck Rental Limited t/a NRG Riverside in early December 2024. Lancashire Renewables Ltd, owned by Lancashire County Council, operates two addresses at PR26 6TB and FY7 8RY for these activities.

This contract presents significant business growth opportunities, particularly for companies specialising in HGV leasing, maintenance services, and modern 'green' technology vehicles. Businesses with experience in providing high-quality service and competitive pricing in the transport and logistics sector would find this contract highly suitable. It supports the expansion and operational efficiency of waste management fleets, creating pathways for SMEs like Monks Contractors and larger corporations like Riverside Truck Rental Limited to showcase their capabilities. Moreover, the flexible framework agreement allows for potential future orders, broadening the scope for supplier involvement and innovation in waste transport solutions.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Lease of a Waste Transport Fleet and Associated Services

Notice 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 Lancashire Renewables Limited Thornton Waste Recovery Park Enterprise Way Fleetwood Road North Thornton Lancashire FY7 8RY The Authority is establishing a Framework Agreement for the provision of the lease and maintenance services of various HGVs (Equipment). 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.

Lot Information

Lot 1

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. The numbers above are the Authority's best estimates and the fleet makeup may need to change. The Initial Order shall be ready for pre-inspection by around August-September 2025 to allow operational commencement around September-October 2025. 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 PS15,000,000 - PS21,000,000. Additional information: The estimated value range of the Framework Agreement and all Orders awarded is PS15,000,000 - PS21,000,000. 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 Authority under the terms of the Framework Agreement.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-044e5f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/041340-2024
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

50 - Repair and maintenance services

66 - Financial and insurance services


CPV Codes

34200000 - Vehicle bodies, trailers or semi-trailers

50111000 - Fleet management, repair and maintenance services

66114000 - Financial leasing services

Notice Value(s)

Tender Value
£15,000,000 £10M-£100M
Lots Value
£15,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£15,000,000 £10M-£100M

Notice Dates

Publication Date
23 Dec 20241 years ago
Submission Deadline
3 Sep 2024Expired
Future Notice Date
23 Jun 2024Expired
Award Date
2 Dec 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
LANCASHIRE RENEWABLES LIMITED
Contact Name
James Mynott, Mr James Mynott
Contact Email
james.mynott@lancashirerenewables.co.uk, procurement@lancashirerenewables.co.uk
Contact Phone
+44 1772642967

Buyer Location

Locality
PRESTON
Postcode
PR1 0LD
Post Town
Preston
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD4 Lancashire
Small Region (ITL 3)
TLD45 Mid Lancashire
Delivery Location
TLD North West (England), TLD4 Lancashire

Local Authority
Preston
Electoral Ward
City Centre
Westminster Constituency
Preston

Supplier Information

Number of Suppliers
2
Supplier Names

MONKS CONTRACTORS

RIVERSIDE TRUCK RENTAL LIMITED T/A NRG RIVERSIDE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-044e5f-2024-12-23T09:01:22Z",
    "date": "2024-12-23T09:01:22Z",
    "ocid": "ocds-h6vhtk-044e5f",
    "initiationType": "tender",
    "tender": {
        "id": "DN729197",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Lease of a Waste Transport Fleet and Associated Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "66114000",
            "description": "Financial leasing services"
        },
        "mainProcurementCategory": "services",
        "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 Lancashire Renewables Limited Thornton Waste Recovery Park Enterprise Way Fleetwood Road North Thornton Lancashire FY7 8RY The Authority is establishing a Framework Agreement for the provision of the lease and maintenance services of various HGVs (Equipment). 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.",
        "value": {
            "amount": 15000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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. The numbers above are the Authority's best estimates and the fleet makeup may need to change. The Initial Order shall be ready for pre-inspection by around August-September 2025 to allow operational commencement around September-October 2025. 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 PS15,000,000 - PS21,000,000. Additional information: The estimated value range of the Framework Agreement and all Orders awarded is PS15,000,000 - PS21,000,000. 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 Authority under the terms of the Framework Agreement.",
                "status": "cancelled",
                "value": {
                    "amount": 15000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Price",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "34200000",
                        "description": "Vehicle bodies, trailers or semi-trailers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50111000",
                        "description": "Fleet management, repair and maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKD"
                    },
                    {
                        "region": "UKD4"
                    },
                    {
                        "region": "UKD4"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2024-06-24T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://procontract.due-north.com/Opportunities",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 2
            }
        },
        "tenderPeriod": {
            "endDate": "2024-09-03T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2024-09-03T13:00:00+01:00"
        },
        "bidOpening": {
            "date": "2024-09-03T13:00:00+01:00"
        },
        "hasRecurrence": false,
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2024-09-03T12:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2024-09-10T12:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2024-09-03T13:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2024-09-10T13:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.7"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-COH-05881147",
            "name": "LANCASHIRE RENEWABLES LIMITED",
            "identifier": {
                "legalName": "LANCASHIRE RENEWABLES LIMITED",
                "id": "05881147",
                "scheme": "GB-COH"
            },
            "address": {
                "streetAddress": "County Hall Lancashire County Council, Democratic Services Department",
                "locality": "Preston",
                "region": "UKD4",
                "postalCode": "PR1 0LD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "James Mynott",
                "email": "james.mynott@lancashirerenewables.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.lancashire.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "description": "Limited company, owned by Lancashire County Council"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Waste Recovery Park"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-119387",
            "name": "Lancashire Renewables Limited",
            "identifier": {
                "legalName": "Lancashire Renewables Limited"
            },
            "address": {
                "streetAddress": "County Hall, Lancashire County Council, Democratic Services Department",
                "locality": "Preston",
                "region": "UKD4",
                "postalCode": "PR1 0LD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr James Mynott",
                "telephone": "+44 1772642967",
                "email": "procurement@lancashirerenewables.co.uk",
                "url": "https://procontract.due-north.com/Opportunities"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.lancashirerenewables.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Waste Processing Facilities"
                    }
                ],
                "buyerProfile": "http://www.lancashirerenewables.co.uk"
            }
        },
        {
            "id": "GB-FTS-3216",
            "name": "Royal Courts of Justice - The High Court",
            "identifier": {
                "legalName": "Royal Courts of Justice - The High Court"
            },
            "address": {
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-133543",
            "name": "Monks Contractors Limited",
            "identifier": {
                "legalName": "Monks Contractors Limited"
            },
            "address": {
                "streetAddress": "Myerscough Smithy Road, Mellor Brook",
                "locality": "Blackburn",
                "region": "UKD4",
                "postalCode": "BB2 7LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-133544",
            "name": "Riverside Truck Rental Limited t/a NRG Riverside",
            "identifier": {
                "legalName": "Riverside Truck Rental Limited t/a NRG Riverside"
            },
            "address": {
                "streetAddress": "Oasis Business Park, Parkside Place",
                "locality": "Skelmersdale",
                "region": "UKD4",
                "postalCode": "WN8 9RD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-119387",
        "name": "Lancashire Renewables Limited"
    },
    "language": "en",
    "description": "This framework has two suppliers appointed and operates under a ranking system. The highest-ranked supplier is guaranteed work through the framework. The second-ranked supplier may be awarded work at any point during the framework term subject to the Authority's need and the procedures set out in the framework.",
    "awards": [
        {
            "id": "041340-2024-1-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-133543",
                    "name": "Monks Contractors Limited"
                }
            ]
        },
        {
            "id": "041340-2024-2-2",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-133544",
                    "name": "Riverside Truck Rental Limited t/a NRG Riverside"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "041340-2024-1-1",
            "awardID": "041340-2024-1-1",
            "status": "active",
            "value": {
                "amount": 15000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-12-03T00:00:00Z"
        },
        {
            "id": "041340-2024-2-2",
            "awardID": "041340-2024-2-2",
            "status": "active",
            "value": {
                "amount": 15000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-12-02T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "3",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "4",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "value": 15000000,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "value": 21000000,
                "currency": "GBP"
            }
        ]
    }
}