Supply and Delivery of 1 No New 7500 Kg MAM Flat-Bed Transporter with Powered Ramps T ENV15-13

Invitation Document

Environment Directorate

December 2015

Derry City and Strabane District Council

98 Strand Road

Derry

BT48 7NN

Tel: 02871 365151

Email:

Web: www.derrystrabane.com

Table of Contents

Contents 2

Introduction & Scope of Works 3

Instructions to Tenderers 8

Evaluation / Award Criteria 16

Form of Tender 17

Terms & Conditions 18

Form of Assurance 19

Collusive Tendering Certificate 20

Declaration of Commitment to

Promoting Equality of Opportunity 21

Fair Employment Declaration 23

Prompt Payment Certificate 24

Statement Relating To Good Standing 25

Freedom of Information 28

Non Submittal Form 29


Introduction & Scope of Works

Introduction

Derry City and Strabane District Council wish to appoint a suitably experienced and capable firm to supply, support and deliver to their Skeoge Operating Centre (BT48 8SE) 1 No New 7500 Kg MAM Flat-Bed Transporter fitted with Powered Ramps.

As Derry City and Strabane District Council Fleet Manager is keen to further develop the technical aspects and design of all Fleet assets to ensure optimal performance and safety in-line with operational and Health & Safety requirements, a site visit and further discussion is recommended.

Vehicle must be delivered ‘Pre-Delivery Inspected’, Fully Fuelled and ready for operational deployment.

Note.

Derry City and Strabane District Council is not bound to accept the lowest or any tender submitted.

Technical Specification: 1 No New 7500 Kg MAM Flat-Bed Transporter fitted with Powered Ramps

Chassis: 7.5 Tonne MAM, Crew Cab, Right Hand Drive.

Wheel Plan: 4 x 2 Rigid.

Wheel Base: 4.4 to 4.5 M.

Engine: 4 Cylinder turbo intercooled diesel producing a minimum of 180 BHP whilst complying with a minimum of Euro-5 emission regulations.

Transmission: Fully or Semi Automatic fitted with audible reverse alarm.

Brakes: Anti-Lock Brakes (ABS) with Ventilated Discs to front and Disc/Drum 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: Crew Cab having fully adjustable driver’s seat, dual passenger seat(s) and 4 passenger rear bench seating all c/w 3-point harnesses and head restraints.

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 is also 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 coachbuilder 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 rear facing scene/work lights should be fitted in order to maximise operator safety. These must also be operated via an ergonomically positioned, dash-mounted, labelled and illuminated switch. All rear light units to be fitted with protective mesh guards. All lighting units should be of the ‘LED’ variety where possible.

Rear-View Camera: A close-circuit, 15 cm colour LCD monitor to be cab-mounted convenient to driving position, with appropriately mounted and protected infra-red camera fitted to rear.

CCTV System: A fully recordable 4-Camera CCTV system (Vision Techniques or similar) providing coverage of all external activity to be fitted and ‘data download’ kit/training provided. A minimum of 250 Gigabyte storage facility required.

Radio System: A 2-way radio system compatible with that currently in use within Derry City Council (Grounds Maintenance) should be permanently fitted in-cab and appropriately fused.

Weighing System: An on-board weighting system of the ‘Load-Cell’ type to be fitted to both axles. This must be connected to a cab mounted digital display informing the driver of the individual axle loads and overall vehicle loading status at all times. An audible warning device must be incorporated to advise the driver when nearing the MAM of the vehicle. The successful vendor will be held responsible for the calibration of this system during the warranty period.

Speed Limiter: A speed limiting device restricting maximum speed to 56 mph must be fitted and calibration certificate provided on delivery.

Digital Tachograph: A fully calibrated Digital Tachograph to be fitted in-cab. Calibration Certificate to be provided on delivery.

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.

Blue-Tooth Kit: A ‘Parrot’ Blue tooth kit (or equivalent) to be fitted.

Mounted to the above Chassis a Flat-Bed body complete with Power Ramps

Overall Length: Approx 5.5 metres including Beavertail.

Frame: All steel with 8 No rope hooks recessed in body floor

(4 each side). To be finished in corrosive resistant paint

Ramp: Full width hydraulically operated tail door/ramp with 3 tonne minimum capacity powered by two double acting rams and power-pack with ergonomically located and labelled power isolator switch.

Flooring: Steel anti-slip decking.

Bump Stops: Heavy Duty Bump Stops to be fitted to Bulk-Head to prevent damage.

Guard Rails: Mounted full length both sides 40 cms minimum above body floor with gap in-filled with steel sheeting.

Tool Boxes: 1 No Lockable Under-body storage cabinet approx 91 x 60 x 60 (cms) to facilitate safe storage of 3 No Jerry Cans

Full width lockable storage box mounted 56 cms clear above body floor, behind cab, 91 x 60 cms It is essential that storage box is secure and can be accessed from both sides of the vehicle.

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.

Hi-Visibility: Diamond Pattern conspicuity markings compliant with UNECE Reg 70.01 to be fitted. The rear of the vehicle is to be fitted with yellow and red (Diamond Grade) chevron marker plates which conform to UNECE (R104) regulations.

Ancillary Equipment: - ‘Teal’ hot water hand wash unit c/w folding basin and

drainage facilities;

- Cab-mounted 1.0 Kg Dry Powder Fire Extinguisher;

- Externally mounted and protected 5 Kg Fire Extinguisher

- Cab-mounted First Aid Kit;

- Towing Eyes;

- Spare Wheel;

- 2 No Amber Flashing LED’s on Loading Board;

- Maintenance Manual;

- Operator’s Manuals required.

- Parts Manual

- Number Plates;

- Mud Flap all Wheels;

- Marker Plates;

Regulations: All aspects of the 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: The successful vendor will tax the vehicle in the City of Derry (VUI ****) 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 and Strabane District Council will hold the named supplier on the official purchase order as ultimately responsible for all aspects of warranty cover.

Training: Certified training must be provided to Derry City and Strabane District Council operatives and maintenance staff on delivery.

Administrative The successful Firm shall be required to complete and Requirements: supply following documents on delivery.

(a) An Acquisition Record proforma that will be supplied

(b) A relevant tick-box type service/inspection schedule proforma preferably in A4 format

(c) Tachograph Calibration Cert

(d) Weighing System Calibration Cert

(e) One copy Parts Manual

(f) One copy Operators Manual

(g) Current LOLER Certificate

(h) Vehicle Individual Type Approval Cert (IVC)

Pre-Delivery Prep: Vehicle must be ‘Pre-Delivery Inspected’ fully fuelled, and ready for operational deployment on delivery.

Date: Instructions to Tenderers

1. Invitation To Tender

1.1 Derry City and Strabane District Council principally invites detailed and costed proposals for Tender brief defined in Introduction & Scope of Works. Please ensure your submission includes all details as per section 19 of Instructions to Tenderers

2 Explanation of Documents / queries during the tender period / registration of intent to tender

2.1 It is the responsibility of prospective facility/service providers (hereafter referred to as ‘tenderers’) or parties submitting ‘expressions of interest’ to obtain for themselves at their own expense any additional information necessary for the preparation of their proposals (hereafter referred to as ‘tenders’) or ‘expressions of interest’.

2.2 Tenderers are advised to ensure that they are fully familiar with the nature and extent of the obligations to be accepted by them if their tender is accepted, including the Council’s Standing Orders, a copy of which may be seen by arrangement.

2.3 Should any tenderer be in doubt as to the interpretation of any part of the contract documents, procurement shall endeavour to answer written enquiries. All queries must be submitted via e-mail to the address below so as to arrive not later than 12Noon 4th January 2016.

Email –

2.4 Copies of queries received, together with written replies will be sent to all tenderers not later than one week before the date of return of tenders. All responses will also be posted on the Councils website.

2.5 In order to ensure receipt of written replies, all prospective tenderers are therefore requested to register their intent to tender via e-mail to the procurement as noted in Clause 2.3 above, not later than 12:00 noon on 4th January 2016.

2.6 No representation, explanation, or statement made to a tenderer, or anyone else, by or on behalf of the Council, as to the meaning of any of the tender documents, or otherwise in clarification as aforesaid, shall bind the Council in exercise of its powers and duties under any subsequent Contract(s).

3 Accuracy of Tender

Preferably Tenders submitted will be for the supply of all aspects of this service to include both software and hardware. However submissions for provision of software only will be considered on this occasion as long as accompanied by a detailed report of specific hardware requirements.

4 Information to be provided

Tenderers should provide a brief description of the overall organisation of their company. Tenderers must also include subcontracting information in this section if subcontractors will be engaged. Subcontractors must be named and their roles in the project briefly described.

Tenderers should provide this general background information:

o Company Address

o Contact person (s)

o Year established and company background

o Account experience

o Number of customers currently being serviced

o Comprehensive list of available services

o Provide any additional background information

Tenderers must complete and return all relevant tender/pricing, assurance and declaration forms etc.

5 Submission of Tender Documents (and/or Additional Proposals and Expressions of Interest)

5.1 The tender(s) shall be made on the Form of Tender(s) provided, and signed by the Tenderer. All Contract Documents, together with these Instructions and completed Form of Tender(s) should be forwarded, by registered post or delivered by hand and a receipt obtained to:

Tender for “Supply and Delivery of 1 No New 7500 Kg MAM Flat-Bed Transporter with Powered Ramps T ENV15-13”

Mr John Kelpie

Town Clerk and Chief Executive

Derry City and Strabane District Council

98 Strand Road, Derry

BT48 7NN,

so as to arrive not later than 12.00 noon on Friday 15 January 2016.

Please provide 3 copies of your tender submission and one copy on USB Stick. These copies will enable your submission to be reviewed by tender panel

No UNAUTHORISED alteration or addition should be made to the Tender Form(s), or to any other of the Contract Documents. IF ANY SUCH ALTERATION OR ADDITION IS MADE OR IF THESE INSTRUCTIONS ARE NOT FULLY COMPLIED WITH THE TENDER MAY BE REJECTED.

5.2 All documents requiring a signature shall be signed.

(a) Where the Tenderer is an individual, by that individual

(b) Where the Tenderer is a partnership by the two duly authorised partners.

(c) Where the Tenderer is a company by two directors or by a director and the secretary of the company, such persons being duly authorised for that purpose.

5.3 Tenders shall be submitted strictly in accordance with the tender documents.

5.4 No alteration to the text of any of the Tender Documents will be permitted, and if any are made, the tender may be rejected. Failure to complete any part of the documents may also incur rejection of the tender.

5.5 Tenderers must ensure that all requested documentation is returned with the completed tender.

5.6 No name or mark, including any franking machine slogan, is to be placed on the envelope to indicate in any way the identity of the sender.

5.7 Tenderers or any representatives thereof will not be permitted to be present when the tenders are opened.

5.8 All prices should be quoted in pounds sterling and shall be exclusive of VAT.

6 The Basis of the Tender

The rates quoted in the form of tender section shall remain fixed for the duration of this contract.

7 Period of Acceptance

The Tenderer is required to hold his tender open for acceptance for a period of 120 days from the closing date for the submission of tenders.

8 Evaluation of Tender

8.1 Evaluation/Award Criteria are outlined in next section.

8.2 Derry City and Strabane District Council is not required to accept the lowest or any tender and may wish to award the contract as a whole or individual aspects depending on the strength of the successful team.

9 Contract Documents take Precedence

The information given in these Instructions for Tenderers is given in good faith for the guidance of Tenderers, but if there is any conflict, the Conditions of Contract, Specifications, and the Pricing Documents / Form of Tender shall take precedence over these Instructions.