By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

3 No New 7.0 Tonne MAM Single-Cab Vehicles c/w Compaction Body suitable for Collection of Food Waste.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Derry City Council
98 Strand Road
For the attention of: Sharon O'Connor
BT48 7NN Derry
UNITED KINGDOM
Telephone: +44 2871365151
Fax: +44 2871264858

Internet address(es):

General address of the contracting authority: www.derrycity.gov.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
3 No New 7.0 Tonne MAM Single-Cab Vehicles c/w Compaction Body suitable for Collection of Food Waste.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Derry City Council, Skeoge Depot, Derry, Northern Ireland.

NUTS code UKN05

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Derry City Council is seeking Tenders for the supply and delivery to their Operating Centre of 3 No New 7.0 Tonne MAM Single-Cab Vehicles complete with compaction bodies suitable for the collection of Food Waste.
II.1.6)Common procurement vocabulary (CPV)

34144511, 34144500, 34144510

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Derry City Council is seeking Tenders for the supply and delivery to their Operating Centre of 3 No New 7.0 Tonne MAM Single-Cab Vehicles complete with compaction bodies suitable for the collection of Food Waste.
Chassis: Minimum of 7.0 Tonne MAM, Single-Cab, Right Hand Drive.
Wheel Plan: 4 x 2 Rigid.
Wheel Base: 2.8 to 3.5 M.
Engine: 4 Cylinder turbo intercooled diesel producing a minimum of 170 BHP whilst complying with a minimum of Euro-5 emission regulations.
Speed Limiter: A speed limiting device restricting maximum speed to 56 mph must be fitted and calibration certificate provided on delivery.
Transmission: Fully or Semi Automatic with audible reverse alarm and Rear-View Camera fitted with Cab-mounted LCD monitor.
On-Board Weighing: Load-Cell type on-board weighing system to be fitted to both axles and connected so as to disable packer plate operation when MAM (7.0 Tonne) is reached. A cab-mounted digital console will display the current weight of the vehicle and individual axle loadings to the driver at all times. An audible warning device must alert the driver prior to MAM being reached. The successful vendor will be responsible for ensuring full calibration of weighing system during the warranty period.
Brakes: Anti-Lock Brakes (ABS) with Ventilated Discs to front and Discs/Drums to rear. A mechanical Parking Brake working on a minimum of 2 wheels must also be incorporated. Asbestos-Free linings to be fitted throughout.
Cab: Single Day-Cab having fully adjustable driver's seat, and dual passenger seat(s) c/w 3-point harnesses and head restraints. Provision for storage of crew's wet gear and personal protective equipment to be included.
Instrument Panel: To be supplied with full compliment of gauges and controls required to optimise the safety and comfort of driver and crew.
Radio/CD with Bluetooth connectivity
Fuel Tank(s): 100 litre minimum manufactured from non-corrosive material fitted with anti-siphon device and locking/labelled fuel cap. Where applicable ‘Ad-Blue' tank should be located adjacent to DERV tank and labelled accordingly.
Wheels and Tyres: Road wheels should be of the pressed steel variety and finished in Brilliant Silver to match bodywork. All securing
nuts shall be fitted with securing devices preferably of the ‘ric-clip' variety. New premium quality radial tyres capable of carrying vehicle MAM must be fitted to all wheels. A complete and functional spare wheel to be provided. Tyre pressures and wheel nut tightening torques as recommended by the vehicle manufacturer must be conveniently and clearly labelled in close proximity to the relevant wheel station. These should be calibrated in lbs/in2 and N/m respectfully.
Electrical System: Fully colour-coded 24-volt negative earth system incorporating ‘CANBUS' technology and ‘OBD' operated via dash-mounted and appropriately labelled power isolating switch. Where the supplier of the chassis and the compaction body are separate entities, every effort must be made to develop a wiring diagram that is all encompassing and in a standardised format. Heavy-duty ‘sealed for life' vehicle batteries should also be fitted with a capacity of not less than 70A/H. These should be securely yet conveniently located to facilitate maintenance and charging. A suitable protective cover must also be fitted and appropriately labelled. All fuses must be of the blade variety and appropriately labelled (amperage/function).
Additional Lighting: An amber Strobe Light-Bar stretching a minimum of 75% of cab roof width to be permanently mounted and operated via dash-mounted, illuminating and labelled switch.
2 No Front mounted Flashing Amber LED lamps and 2 No Rear mounted to be activated via PTO engagement.
2 No rear facing high-intensity scene/work lights to be fitted in order to maximise operator safety. These must also be operated via an ergonomically positioned, dash-mounted, labelled and illuminating switch.
Where possible, all light units should be of the LED variety.
All rear light units to be fitted with protective mesh guards.
Ancillary Electrics: All electric connections, harnesses, etc for the fitting of lifts must be water resistant and certified to IP65 standard.
2-Way Radio: A 2-way radio system compatible with that currently in use within Derry City Council should be permanently fitted in-cab and appropriately fused.
CCTV System: 4-Camera recordable CCTV system (Vision-Techniques or similar) fitted with minimum of 250 Gigabyte hard-drive and dash mounted monitor. A data download kit and technical training to be provided on delivery. System must have capability to view single/multi camera images sequentially/instantaneously.
Digital Tachograph: A fully calibrated Digital Tachograph to be fitted in-cab. Calibration Certificate to be provided on delivery.
Paint Finish: The entire cab and body are to be finished to the highest standards in Mercedes Brilliant Silver (Code 9744). The vehicle chassis and all additional brackets required to mount the body must be finished in anti-corrosive black.
Conspicuity Markings: Conspicuity markings outlining the vehicle profile and in accordance with UNECE Reg 104 (R104) to be fitted.
Additional Markings: High-visibility red/yellow chevrons to cover at least 60% of vehicle rear view.
Mounted to the above Chassis a 5 m3 Compaction Body complete with Rear Mounted Bin-Lift.
Bin-Lift Assembly: Rear Mounted Semi-Automatic Bin-Lift assembly capable of lifting a range of containers ranging from 120 - 1100 Litres. Capability must be included for fitment of Slave container to facilitate collection of 27 Litre Food Caddies. This must be quick-release to facilitate collection of normal containers as and when required. The successful vendor will ultimately be responsible for the compatibility of such systems with the base vehicle.
Legal Payload: Minimum of 3500Kg
Emergency Isolation: Minimum of 3 No Emergency Isolation buttons to be fitted to include 1 No cab-mounted.
Operational Controls: Operational controls must be ergonomically designed and appropriately illuminated on both sides of the vehicle to optimise operator safety whilst conforming to relevant EU legislation.
Body Emptying: Via Hydraulic Tipping Mechanism.
Anchor Points: Body to be fitted with minimum of 4 No roof-mounted Anchor Points to facilitate connecting of ‘Working at Heights' harnesses.
Ancillary Equipment: - ‘Teal' hot water hand wash unit c/w folding basin and
drainage facilities;
- Cab-mounted 1.0 Kg Dry Powder Fire Extinguisher;
- Cab-mounted First Aid Kit;
- Towing Eyes;
- Remote Central Locking;
- 2 No Sets Keys/Fobs;
- Mud Flap all Wheels.
Regulations: All aspects of vehicle whether OE or additional, must comply in full with statutory regulations and in particular, the Health & Safety at Work Order NI (1978) and Construction & Use Regulations.
Road Tax: Vehicles to be registered in the City of Derry and taxed for a period of 1 year,. A set of easy-clean number-plates having no additional texts/graphics displaying the vehicle registration number shall be permanently fitted front and rear.
Warranty: Full details of chassis and body warranty must be enclosed with each tender. Where multiple vendors are involved, Derry City Council will hold the named supplier on the official purchase order as ultimately responsible for all aspects of warranty cover.
Brochure: A full chassis and body specification brochure(s) to be submitted with each tender submitted.
Training: Full and Certified training must be provided to Derry City Council operatives and maintenance staff on delivery. Training must be comprehensive and returns must include a detailed breakdown of programme elements. The successful vendor will be totally responsible for recording attendee's names, providing a sign-off record stating that attendees feel the training received has been adequate and they are competent to operate the vehicle in a safe and efficient manner. Generating of Certificates is a critical component and no invoices will be paid until all staff trained have received their individual certificates.
Pre-Delivery Prep: Vehicles must be prepared to the highest standards prior to delivery.
Administrative The successful vendor shall complete and Requirements supply following documents on delivery.
- An Acquisition Record proforma that will be supplied;
- A relevant tick-box type service/inspection schedule proforma preferably in A4 format;
- One copy Parts Manual (Chassis);
- One copy Parts Manual (Body);
- One copy Parts Manual (Bin-Lifts);
- One copy Operators Manual (Integral).
Estimated value excluding VAT:
Range: between 180 000 and 205 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 6 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Fixed Price Contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, whose affairs are being administered by the court, who has entered into an arrangement with creditors or who is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceeding for a declaration of bankruptcy, for an order of compulsory winding-up or administration by the court or for an arrangement with creditors or is the subject of any other similar proceedings under national laws or regulations;
(c) has been convicted of an offence concerning his professional conduct by a judgement which as the force or res judicata;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority;
(g) is guilty of serious misrepresentations in supplying the information required under the provisions of the Directive on the criteria for qualitative selection.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) appropriate statements from bankers;
(b) the submission of the firms balance sheets or extracts there from, where publication of a balance sheet is required under company law in the country in which the supplier is established;
(c) a statement of the firms overall turnover and its turnover in respect of the goods to which the contract relates for the previous three financial years.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(a) a list of the principal deliveries effected in the past three years, with the sums, dates and recipients, public or private, involved: in the case of public contracting authorities, evidence to be in the form of certificates issued or countersigned by the competent authority; in the case of private purchasers, delivery to be certified by the purchaser or, failing this, simply declared by the supplier to have been effected;
(b) a description of the firm's technical facilities, its measures for ensuring quality and its study and research facilities;
(c) indication of the technicians or technical bodies involved, whether or not belonging directly to the supplier's firm, especially those responsible for quality control;
(d) samples, description and/or photographs of the products to be supplied, the authenticity of which must be certified if the contracting authority so requests;
(e) certificates drawn up by official quality control institutes or agencies of recognized competence attesting conformity to certain specifications or standards of products clearly identified by references to specifications or standards; Indication of arrangements for quality checks on the supplier's premises;
(f) where the goods to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authority or on its behalf by a competent official body of the country in which the supplier is established, subject to that body's agreement, on the production capacities of the supplier and, if necessary, on his study and research facilities and quality control measures.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
3 No New 7.0 Tonne MAM Single-Cab Vehicles c/w Compaction Body suitable for Collection of Food Waste.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 2.1.2014
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.1.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 3.1.2014

Place:

Derry City Council.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Council elected members only.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
8.11.2013