Vehicles for refuse

Cork County Council

Title attributed to the contract by the contracting authority: Supply of two self-compressing refuse-collection vehicles. Vehicle details 2.1 Chassis: The collectors shall be mounted on a suitable chassis. 2.2 Power Steering: The chassis shall be fitted with power steering. 2.3 Engine: The Engine shall be diesel powered at, at least, 180kw capacity. 2.4 Gearbox: The tender shall indicate the gearbox ratios available and any difference of price for different ratios. The tender price shall include for any optional 2-speed axle facility. 2.5 Self-greaser: The vehicle shall be fitted with an automatic self-greasing facility. 2.6 CAB: 4 Man low entry type. Seating and benching arrangements including cushioning and suspension shall be agreed with Cork County Council. All shall be supplied with removable waterproof covers. 2.7 Body: Collector body shall be 22 to 26 m3 capacity. It shall be constructed in corrosion- and abrasion-resistant steel with adequate bracing. 2.8 Unloading: An adequate horizontal unloading system is required. 2.9 Brakes: The vehicles shall be supplied and fitted with full air brakes. 2.10 Fuel tanks: The vehicles shall be fitted with a fuel tank of 45 gallons minimum capacity. 2.11 Wheels and tyres: Each vehicle shall be fitted with heavy-duty type wheels and tyres, and supplied with spare wheel. 2.12 Lighting: All lighting shall comply with Road Traffic Regulations. Fittings shall include reflective strips and markings. Rear portion of vehicles to be adequately lighted to facilitate night usage and a flashing amber light to be fitted on rear top of body, to be controlled from cab. 2.13 Crushing and compacting mechanism: The crushing and compaction mechanism shall be of robust construction and shall be capable of dealing with all types of trade and domestic refuse and packing same in refuse body. The body shall be capable of taking at least 50m3 of loose refuse. This equipment shall be operated by a vane type hydraulic pump of adequate capacity and driven by the vehicle engine. 2.14 Automatic crusher: The crusher shall be provided with automatic lubrication where possible. 2.15 Controls and safety: All controls shall be conveniently mounted within easy reach of the driver. A separate full width safety control bar shall be fitted at the rear of the tailgate to stop the loading mechanism. Signal buttons shall be fitted at the rear on either side of the body and connected to a buzzer in the cab. A dual circuit control system shall be provided for the crushing mechanism, each capable of operating independently in the event of failure of the other. An audible reversing alarm shall be provided. The positioning of all controls shall take account of the integration of the lifters and weighing systems (see below) and shall be to the approval of Cork County Council. 2.16 Equipment: The vehicles shall be supplied with a 20 tonne hydraulic jack and a full set of tools and spanners. A fresh air type cab heater of sufficient capacity for the cab, and incorporating a windscreen demister shall be supplied and fitted. A fire extinguisher shall also be provided. A suitable FM radio shall be supplied and fitted in the cab together with appropriate speakers. 2.17 Colour: The vehicles shall be factory primed and finished in the council's livery, details of which will be made available to the successful tenderer(s). The vehicles shall receive at least one undercoat and two finishing coats of paint. lifting apparatus and dynamic weighing system The vehicles shall in all respects be compatible with and capable of being fitted and integrated with automatic lifters and associated dynamic weighing systems that are to be transferred from existing council vehicles. Vendors may inspect the existing lifters and weighing systems subject to prior arrangement with the undersigned. The positioning of lights, emergency stop buttons, low level indicator lights, controls on the vehicles (and in the cab) shall be so arranged as to be compatible with the existing lifters, weighing system (and associated controls and wiring) to facilitate their proper integration and operation to the approval of Cork County Council. Notwithstanding the foregoing all controls shall be to current E.U. standards and shall comply with all current health and safety requirements. Specifically the vehicles shall be provided capable of integrating with and permitting the lifting devices to comply in all respects with EN 1501. Warning indicators shall be provided in the cab to alert the driver that the steps are in use with a person on board. An automatic reverse cut-out switch shall be fitted to the gearbox to prevent the vehicle reversing when the step(s) are in use. All controls shall be to current E.U. standards. The automatic lifters shall be transferred from existing vehicles and be commissioned and made operational on the new vehicles as part of the supply of the two new vehicles by the successful tenderer(s). The prices submitted should include for this work complete. The associated dynamic weighing systems shall be transferred and made operational by separate contractors employed by the Council. The successful tenderer(s) shall contact and cooperate with the council's contractor in relation to the transfer and commissioning of such equipment. Suitability The vehicles shall be suitable for use in all terrains ranging from National Primary roads, to well graded urban streets to minor County roads in hilly, undulating rural areas. The ride height of the trucks shall be adjustable by the driver to cater for difficult conditions. The council shall require proven credibility/suitability of the vehicles being proposed (e.g. as demonstrated at reference sites similar to Cork County Council and/or on North Cork routes). Warranty Tenderers shall ensure that any alterations carried out to the chassis e.g. construction carries the full approval of the vehicle supplier, and does not alter or invalidate the original warranty. Details of any available extended warranty/maintenance contract to be submitted. Further information relating to this notice may be available on the eTenders Web Site at http://www.etenders.gov.ie/Search/ Search_Switch.aspx?ID=44293.

Deadline

The time limit for receipt of tenders was 2007-03-05. The procurement was published on 2007-01-16.

Who? What?
Procurement history
Date Document
2007-01-12 Contract notice
2007-05-28 Contract award notice
Contract notice (2007-01-12)
Object
Scope of the procurement
Title: Vehicles for refuse
Full text:
โ€œTitle attributed to the contract by the contracting authority: Supply of two self-compressing refuse-collection vehicles. Vehicle details 2.1 Chassis: The...โ€    Show more
Place of performance
ie025 ๐Ÿ™๏ธ
Notice metadata
Document type: Contract notice
Nature of contract: Supply contract
Regulation: European Communities, with participation by GATT countries
Original language: English ๐Ÿ—ฃ๏ธ

Procedure
Procedure type: Open procedure
Award criteria
The most economic tender
Type of bid: Not defined
Awarding authority type: Regional or local authority
Main activity: Environment

Contracting authority
Identity
Awarding authority name: Cork County Council
Country: Ireland ๐Ÿ‡ฎ๐Ÿ‡ช
Contact
Internet address: http://www.corkcoco.ie ๐ŸŒ

Reference
Dates
Publication date: 2007-01-16 ๐Ÿ“…
Date received: 2007-01-12 ๐Ÿ“…
Date dispatched: 2007-01-12 ๐Ÿ“…
Submission deadline: 2007-03-05 ๐Ÿ“…
Identifiers
Notice number (legacy): 11174-2007
OJ-S issue: 10/2007

Object
Common procurement vocabulary (CPV)
Code: Vehicles for refuse ๐Ÿ“ฆ
Source: OJS 2007/S 010-011174 (2007-01-12)
Contract award notice (2007-05-28)
Object
Notice metadata
Document type: Contract award

Procedure
Procedure type: Contract awards

Reference
Dates
Publication date: 2007-05-30 ๐Ÿ“…
Date received: 2007-05-28 ๐Ÿ“…
Date dispatched: 2007-05-28 ๐Ÿ“…
Identifiers
Notice number (legacy): 124007-2007
OJ-S issue: 101/2007
Refers to notice: 11174-2007

Object
Award details
Awarded contract: NAME AND ADDRESS OF ECONOMIC OPERATOR TO WHOM THE CONTRACT HAS BEEN AWARDED: Holden Plant Rental, Mullinavat, Co. Kilkenny, IRL-Kilkenny.
Source: OJS 2007/S 101-124007 (2007-05-28)