Refuse-collection vehicles

Cork County Council

Supply of Waste Collection Vehicles. Cork County Council, Western Division. Tender for the supply of Waste Collection Vehicles. Mr. J.F. Matson, Director of Services, Western Division, Cork County Council, Old Mill, Kent St., Clonakilty. Tenders are invited for the supply and delivery to Cork County Council's Machinery Yard, Skibbereen, Co. Cork, the following: · 1 No. Self-compressing 4x2 18 Tonne GVW rear-loading waste collection vehicle with a low-level entry cab; and · 1, 2 or 3 No. Self-compressing 6x3 26 Tonne GVW rear-loading waste collection vehicles with low-level entry cabs. Each Tender shall give full details of the vehicles offered together with a commitment to deliver the vehicles in January 2006. Tenders shall be submitted in Euros and shall be exclusive of V.A.T. The lowest or any Tender will not necessarily be accepted. The Tender(s) accepted will be based on the most economically advantageous Tender(s) submitted. · Compatibility with existing pay-by-weight system; · Quality; · Technical Merit; · Price; · Delivery Date; · After-sales service; · Technical Back-Up and Warranty. Cork Co. Council reserves the right to purchase 2, 3 or 4 vehicles as may be necessary. The vehicles shall comply with the following waste collection vehicle specifications set out in items 2 and 3 below. 4x2 18 Tonne GVW waste collection vehicle with low-level entry cab. Each vehicle shall comply with Irish Standard EN1501-1: 1998 "Refuse Collection Vehicles and their Associated Lifting Devices- Part 1: Rear-end Loaded Refuse Collection Vehicles". It shall be suitable for municipal operations and shall be fitted with power assisted steering. 6 Cylinder, four-stroke turbocharged and intercooled diesel engine, fitted with high-level air intake and exhaust system capable of achieving a minimum 230 b.h.p. to Euro 2 emission standards. Allison MD3060 (5 speed) World Series Automatic Gearbox with push button electronic gear selection and torque control or equivalent with crawler gear, all to match chassis offered. Dual circuit air system with ABS and traction control. The brakes shall be operated with a failsafe system for footbrake and independent handbrake. The independent handbrake shall operate on all axles. 24 volt insulated return. Cabs shall be low entry crew cabs i.e low floor with 1 step entry. The maximum cab floor height from the ground shall be 850 mm. Each cab shall be a purpose built municipal crew cab and shall comply with Irish Standard EN 1501 ¿ 1:1998. Cab is to provide standard seating for driver plus 3 crew plus storage and coat hooks for protective clothing. Air ¿conditioning is to be installed. 150 Litres (minimum. The hydraulic systems shall be high volume and low pressure with a maximum working pressure 180 bar. The hydraulic pump shall be heavy duty, large capacity, capable of compacting waste to the maximum body capacity and suitable for use with wheeled bin lifting equipment. The pump shall be driven from the engine at approx. 1200 rpm. The 18 Tonne GVW waste collection vehicle shall have 13.5 m³ airspace capacity. Construction is to be high tensile non-corrosive and abrasion resistant steel with adequate bracing. Body floor thickness to be minimum 4 mm and side panel¿s 3 mm thickness. The rear hopper floor, also of high tensile non-corrosive and abrasion resistant steel, to be minimum 6 mm thickness and the hopper side panels to be minimum 5 mm thickness. The hopper shall be minimum 2.6 m³ capacity. The ejector plate shall be of hydraulic operation. A hinged rear door with mounting positions and all necessary piping shall be provided to allow the fitting of an automatic wheeled bin lifting device suitable for the wheeled bin system complying with EN840, parts 1,2,3 and 4. Each vehicle shall be fitted with an automatic self-greasing system. Tyres shall be heavy-duty min. 16 ply rating all round. A spare wheel complete with similar type tyre shall be provided. Brand of types will be specified when vehicles are ordered. Each vehicle shall be supplied complete with full lighting equipment as per the Road Traffic Regulations. 2 no. rotating warning beacons shall be integrated at the front of the cab and 2 no. at the rear of the vehicle. The rear portion of the truck shall be adequately lighted to facilitate night usage. Lifters. Provide and install on vehicles fully automatic Eurobin lifting devices. Weighting Equipment. For each vehicle, provide and install weighing equipment that is fully compatible with existing bins and software in use at present by Cork County Council, Western Division. Tenderers may submit queries regarding the existing system, in writing, to the Senior Executive Officer, Cork County Council, Old Mill, Kent St., Clonakilty up to/on Friday, 5.8.2005 (16:00). Cork County Council will prepare a response to such queries submitted and forward a copy of all queries and responses to each tenderer who has sought tender documents by Friday, 26.8.2005, without identifying the source of the query. For each vehicle, a Certificate of Conformity from Legal Metrology Service is to be provided. All controls shall be conveniently mounted within easy reach of the driver. Signal buttons shall be fitted at the rear on either side of the body connected to an audible alarm in the drivers cab. A dual circuit control system shall be provided for the crushing mechanism, each capable of operating independently. An audible reversing alarm shall be provided. All controls to current EU standards. Each cab and body shall be primed, undercoated and finished with a top coat with colours and logo to be specified by Cork County Council. The chassis and complete undercarriage shall be treated with primer and Black Hammerite Enamel or equal approved. The following is to be provided: · Maintenance Parts List, Maintenance and Service Manual. · Fire Extinguisher in cab. · First aid kit. · Colour C.C.T.V. camera and monitor. · Locking fuel cap · Front towing bracket · Weatherproof master switch to isolate the batteries and fitted in a protected position in close proximity to the batteries · Breakdown triangle jack and brace · Roof Sun Visor & Mirror · External under-body storage space. Full details of guarantees shall be provided. A minimum 12 months guarantee must be provided for all equipment. Each complete vehicle shall be strictly in accordance with the manufacturers specification, to include safety belts and shall include all equipment and accessories necessary to fully comply with all existing Road Traffic (Construction Equipment and Use of Vehicles) Regulations and Health and Safety Executive PM52 Guidelines. A certificate of type approval shall be delivered with each complete vehicle. The successful Tenderer(s) shall provide adequate operational training together with certified safety training in accordance with HSA requirements. 6x3 26 Tonne GVW waste collection vehicle with low-level entry cab. Each vehicle shall comply with Irish Standard EN1501-1: 1998 "Refuse Collection Vehicles and their Associated Lifting Devices- Part 1: Rear-end Loaded Refuse Collection Vehicles". Each chassis shall be fitted with a double rear axle. It shall be suitable for municipal operations and shall be fitted with power assisted steering. 6 Cylinder, four-stroke turbocharged and intercooled diesel engine, fitted with high level air intake and exhaust system capable of achieving a minimum 265 b.h.p. in the case of the 26 tonne GVW vehicles to Euro 2 emission standards. Allison MD3060 (5 speed) World Series Automatic Gearbox with push button electronic gear selection and torque control or equivalent with crawler gear, all to match chassis offered. Dual circuit air system with ABS and traction control. The brakes shall be operated with a failsafe system for footbrake and independent handbrake. The independent handbrake shall operate on all axles. Cabs shall be low entry crew cabs i.e. low floor with 1 step entry. The maximum cab floor height from the ground shall be 850 mm. Each cab shall be a purpose built municipal crew cab and shall comply with Irish Standard EN 1501 - 1:1998. Cab is to provide standard seating for driver plus 3 crew plus storage and coat hooks for protective clothing. Air -conditioning is to be installed. 150 Litres (minimum). The hydraulic systems shall be high volume and low pressure with a maximum working pressure 180 bar. The hydraulic pump shall be heavy duty, large capacity, capable of compacting waste to the maximum body capacity and suitable for use with wheeled bin lifting equipment. The pump shall be driven from the engine at approx. 1200 rpm. The 26 Tonne GVW waste collection vehicle shall have 23 m³ airspace capacity. Construction is to be high tensile non-corrosive and abrasion resistant steel with adequate bracing. Body floor thickness to be minimum 4 mm and side panel¿s 3 mm thickness. The rear hopper floor, also of high tensile non-corrosive and abrasion resistant steel, to be minimum 6 mm thickness and the hopper side panels to be minimum 5 mm thickness. The hopper shall be minimum 2.6m³ capacity. The ejector plate shall be of hydraulic operation. A hinged rear door with mounting positions and all necessary piping shall be provided to allow the fitting of an automatic wheeled bin lifting device suitable for the wheeled bin system complying with EN840, parts 1,2,3 and 4. Each vehicle shall be fitted with an automatic self-greasing system. Tyres shall be heavy-duty min. 16 ply rating all round. A spare wheel complete with similar type tyre shall be provided. Brand of types will be specified when vehicles are ordered. Each vehicle shall be supplied complete with full lighting equipment as per the Road Traffic Regulations. 2 no. rotating warning beacons shall be integrated at the front of the cab and 2 no. at the rear of the vehicle. The rear portion of the truck shall be adequately lighted to facilitate night usage. Lifters. Provide and install on vehicles fully automatic Eurobin lifting devices. Weighting Equipment. For each vehicle, provide and install weighing equipment that is fully compatible with existing bins and software in use at present by Cork County Council, Western Division. Tenderers may submit queries regarding the existing system, in writing, to the Senior Executive Officer, Cork County Council, Old Mill, Kent St., Clonakilty by the 5.8.2005 (16:00). Cork County Council will prepare a response to such queries submitted and forward a copy of all queries and responses to each tenderer who has sought tender documents by 26.8.2005, without identifying the source of the query. For each vehicle, a Certificate of Conformity from Legal Metrology Service is to be provided. All controls shall be conveniently mounted within easy reach of the driver. Signal buttons shall be fitted at the rear on either side of the body connected to an audible alarm in the drivers cab. A dual circuit control system shall be provided for the crushing mechanism, each capable of operating independently. An audible reversing alarm shall be provided. All controls to current EU standards. Each cab and body shall be primed, undercoated and finished with a topcoat with colours and logo to be specified by Cork County Council. The chassis and complete undercarriage shall be treated with primer and Black Hammerite Enamel or equal approved. The following is to be provided: · Maintenance Parts List, Maintenance and Service Manual. · Fire Extinguisher in cab. · First aid kit. · Colour C.C.T.V. camera and monitor. · Locking fuel cap · Front towing bracket · Weatherproof master switch to isolate the batteries and fitted in a protected position in close proximity to the batteries · Breakdown triangle jack and brace · Roof Sun Visor & Mirror · External under-body storage space. Full details of guarantees shall be provided. A minimum 12 months guarantee must be provided for all equipment. Each complete vehicle shall be strictly in accordance with the manufacturers specification, to include safety belts and shall include all equipment and accessories necessary to fully comply with all existing Road Traffic (Construction Equipment and Use of Vehicles) Regulations and Health and Safety Executive PM52 Guidelines. A certificate of type approval shall be delivered with each complete vehicle. The successful Tenderer(s) shall provide adequate operational training together with certified safety training in accordance with HSA requirements. Tenders are to be submitted in the following manner: Tender Option A: 1 No. Self-compressing 4x2 18 Tonne GVW waste collection vehicle and 1 No. Self-compressing 6x3 26 Tonne GVW waste collection vehicle, both with low level entry cabs. Self-compressing 4x2 18 Tonne GVW waste collection vehicle and 2 No. Self-compressing 6x3 26 Tonne GVW waste collection vehicle, all with low level entry cabs. Self-compressing 4x2 18 Tonne GVW waste collection vehicle and 3 No. Self-compressing 6x3 26 Tonne GVW waste collection vehicle, all with low level entry cabs. Completed Tenders in sealed envelopes, clearly endorsed "Tenders for Waste Collection Vehicles", should be submitted to the Senior Executive Officer, Cork County Council, Old Mill, Kent St., Clonakilty, Co.Cork not later than 9.9.2005.(16:00). Further information relating to this notice is available on the eTenders Web Site at http://www.etenders.gov.ie/Search/ Search_Switch.aspx?ID=12889.

Deadline

The time limit for receipt of tenders was 2005-09-09. The procurement was published on 2005-06-04.

Who? What?
Procurement history
Date Document
2005-06-02 Contract notice
2005-06-24 Additional information
Contract notice (2005-06-02)
Object
Scope of the procurement
Title: Refuse-collection vehicles
Full text:
“Supply of Waste Collection Vehicles. Cork County Council, Western Division. Tender for the supply of Waste Collection Vehicles. Mr. J.F. Matson, Director of...”    Show more
Place of performance
ie025 🏙️
Notice metadata
Document type: Invitation to tender
Nature of contract: Supply contract
Regulation: European Communities, with participation by GATT countries
Original language: English 🗣️

Procedure
Procedure type: Open procedure
Award criteria
The most economic tender
Type of bid: Partial tender
Awarding authority type: Local authorities

Contracting authority
Identity
Awarding authority name: Cork County Council
Country: Ireland 🇮🇪

Reference
Dates
Publication date: 2005-06-04 📅
Date received: 2005-06-02 📅
Date dispatched: 2005-06-02 📅
Submission deadline: 2005-09-09 📅
Date for dispatch of contract documents: 2005-09-09 📅
Identifiers
Notice number (legacy): 106658-2005
OJ-S issue: 107/2005

Object
Common procurement vocabulary (CPV)
Code: Refuse-collection vehicles 📦
Refuse-compaction vehicles 📦
Source: OJS 2005/S 107-106658 (2005-06-02)
Additional information (2005-06-24)
Object
Notice metadata
Document type: Additional information

Reference
Dates
Publication date: 2005-06-28 📅
Date received: 2005-06-24 📅
Date dispatched: 2005-06-24 📅
Identifiers
Notice number (legacy): 119878-2005
OJ-S issue: 122/2005
Refers to notice: 106658-2005
Source: OJS 2005/S 122-119878 (2005-06-24)