Loading page content…
Loading page content…
19 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Chippenham Town Council invites companies to supply competitive quotes for the supply of the following: Costings for the refurbishment of the Neeld foyer and bar area as per the attached specifications. Quotations should be provided in an envelope addressed to: Chippenham Town Council CEO, The Town Hall, High Street, Chippenham, Wiltshire, SN153ER, and Marked : Neeld Refurbishment by noon Wednesday 17th August 2022. Failure to do this will lead to disqualification from the quotation process. Terms and Conditions: i) All prices tendered are to be net of VAT which are to be added by the successful tenderer at invoice stage; ii) A Chippenham Town Council Purchase Order will be issued to the successful tenderer as confirmation of the works order and as soon as is practically possible after Council approve the order; iii) The Town Council reserves the right to not accept the lowest, or any Tender For further information contact Matt Kirby - mkirby@chippenham.gov.uk
Value undisclosed
Chippenham Town Council invites companies to supply competitive quotes for the following: IT Support, Infrastructure, Telephony & Connectivity. The completed questionnaire should be sent in an envelope addressed to: Chippenham Town Council CEO, The Town Hall, High Street, Chippenham, Wiltshire, SN15 3ER, and marked : IT Tender, by noon Monday 22nd August 2022. Failure to do this will lead to disqualification from the quotation process. Terms and Conditions: i) All prices tendered are to be net of VAT which are to be added by the successful tenderer at invoice stage; ii) A Chippenham Town Council Purchase Order will be issued to the successful tenderer as confirmation of the order and as soon as is practically possible after Council approve the order; iii) The Town Council reserves the right to not accept the lowest, or any Tender. For further information contact Helen Bywater -hbywater@chippenham.gov.uk
Value undisclosed
To supply, install and commission a turnkey air source heat pump (ASHP) system at Stanley Park Sports Ground. Further details can be found in the attached specification and relevant appendices. Terms and Conditions: i) All prices tendered are to be net of VAT which are to be added by the successful tenderer at invoice stage; ii) A Chippenham Town Council Purchase Order will be issued to the successful tenderer as confirmation of the works order and as soon as is practically possible after Council approve the order; iii) Reservation: The Town Council reserves the right to not accept the lowest, or any Tender; iv) Tenders must be returned in an envelope Addressed to Chippenham Town Council CEO, The Town Hall, High Street, Chippenham, Wiltshire, SN153ER, and Marked : Stanley Park ASHP Failure to do this will lead to disqualification from the quotation process.
From £150,000
Contract value
To design, supply, install and commission a Solar PV System at Stanley Park Sports Ground. Further details can be found in the attached specification. Terms and Conditions: i) All prices tendered are to be net of VAT which are to be added by the successful tenderer at invoice stage; ii) A Chippenham Town Council Purchase Order will be issued to the successful tenderer as confirmation of the works order and as soon as is practically possible after Council approve the order; iii) Reservation: The Town Council reserves the right to not accept the lowest, or any Tender; iv) Tenders must be returned in an envelope Addressed to Chippenham Town Council CEO, The Town Hall, High Street, Chippenham, Wiltshire, SN153ER, and Marked : Stanley Park Solar PV. Failure to do this will lead to disqualification from the quotation process.
From £45,000
Contract value
Supply and Installation of a Storage Building at Stanley Park, Chippenham Please find covering letter and documents attached. Please note - Tenderers are to advise with their tender submission the lead-in time required post-receipt of a Letter of Intent/Purchase Order and also the anticipated site construction period. The contract date indicated on this notice is indicative. PLEASE SEND ALL SUBMISSIONS IN A SEALED ENVELOPE TO; The Chief Executive (Stanley Building Tender) Chippenham Town Council High Street Chippenham Wiltshire SN15 3ER ELECTRONIC SUBMISSIONS WILL NOT BE ACCEPTED
Value undisclosed
Groundworks associated with the Installation of a Storage Building at Stanley Park, Chippenham Please see attached Covering Letter and Documentation ALL SUBMISSIONS TO BE SUBMITTED IN A SEALED ENVELOPE ADDRESSED TO - The Chief Executive (SP Grounds Tender) Chippenham Town Council High Street Chippenham Wiltshire SN15 3ER ELECTRONIC SUBMISSIONS WILL NOT BE ACCEPTED
Value undisclosed
Chippenham Town Council invites companies to supply competitive quotes for the supply of the following: GRILLO AGRIGARDEN MACHINES MODEL FD 2200 TS Specification As per standard manufacturers guide inclusive but also to include: Open Station (No cab) 155cm Cutting Deck Road Registration Delivery The Council would be interested in receiving quotations to outright purchase the above vehicle. Terms and Conditions: i) All prices tendered are to be net of VAT which is to be added by the successful tenderer at invoice stage. ii) A Chippenham Town Council Purchase Order will be issued to the successful tenderer as confirmation of the works order and as soon as is practically possible after Council approve the order. iii) The Council includes the products and services it procures in its carbon footprint to measure and take responsibility for its impacts on the climate and biodiversity. Only Tenders that fill out the Environmental Scoping assessment will be considered. iv) Reservation: The Town Council reserves the right to not accept the lowest, or any Tender. Tenders must be provided on the attached form and returned in an envelope Addressed to Chippenham Town Council CEO, The Town Hall, High Street, Chippenham, Wiltshire, SN153ER, and Marked : GRILLO AGRIGARDEN MACHINES MODEL FD 2200 TS v) Failure to do this will lead to disqualification from the quotation process. TENDER FORMS MUST BE RETURNED BY: 12 Noon Friday 21st April 2023.
Value undisclosed
Chippenham Town Council invites companies to supply competitive quotes for the supply of the following: FORD E-TRANSIT 350 L2 H2 TREND 68KWH 184PS Specification Colour - Frozen White Manual Aircon DAB Radio with Bluetooth Front Fog lights Roof mounted LED Beacon Bar Front and Rear LED Light Ply board lined Delivery The Council would be interested in receiving quotations to outright purchase the above vehicle. Terms and Conditions: i) All prices tendered are to be net of VAT which is to be added by the successful tenderer at invoice stage; ii) A Chippenham Town Council Purchase Order will be issued to the successful tenderer as confirmation of the works order and as soon as is practically possible after Council approve the order; iii) The Council includes the products and services it procures in its carbon footprint to measure and take responsibility for its impacts on the climate and biodiversity. Only Tenders that fill out the Environmental Scoping assessment will be considered. iv) Reservation: The Town Council reserves the right to not accept the lowest, or any Tender; Tenders must be provided on the attached form and returned in an envelope Addressed to Chippenham Town Council CEO, The Town Hall, High Street, Chippenham, Wiltshire, SN153ER, and Marked: FORD E-TRANSIT 350 L2 H2 TREND 68KWH 184PS v) Failure to do this will lead to disqualification from the quotation process. TENDER FORMS MUST BE RETURNED BY: 12 Noon Friday 21st April 2023.
Value undisclosed
Chippenham Town Council invites companies to supply competitive quotes for the supply of the following: JACOBSEN FAIRWAY 305 MOWER Specification As per standard manufacturers guide inclusive but also to include: • 5 GRASS CLIPPING COLLECTION BOXES • DELIVERY The Council would be interested in receiving quotations to outright purchase the above vehicle. Terms and Conditions: i) All prices tendered are to be net of VAT which are to be added by the successful tenderer at invoice stage. ii) A Chippenham Town Council Purchase Order will be issued to the successful tenderer as confirmation of the works order and as soon as is practically possible after Council approve the order. iii) The Council includes the products and services it procures in its carbon footprint to measure and take responsibility for its impacts on the climate and biodiversity. Only Tenders that fill out the Environmental Scoping assessment will be considered. iv) Reservation: The Town Council reserves the right to not accept the lowest, or any Tender. Tenders must be provided on the attached form and returned in an envelope Addressed to Chippenham Town Council CEO, The Town Hall, High Street, Chippenham, Wiltshire, SN153ER, and Marked: JACOBSEN FAIRWAY 305 MOWER v) Failure to do this will lead to disqualification from the quotation process. TENDER FORMS MUST BE RETURNED BY: 12 Noon Friday 28th April 2023.
Value undisclosed
Chippenham Town Council invites tenders for the refurbishment of an Artificial Turf Pitch at Stanley Road, Chippenham, Wiltshire, SN15 3RP. The successful contractor must be an SAPCA affiliated Synthetic Pitch Constructor. Please see the attached documentation. All tenders should be submitted in a sealed envelope addressed to: CEO (Existing 3G Recarpet Tender) The Town Hall High Street Chippenham SN15 3ER Electronic submissions will not be accepted.
Value undisclosed
Chippenham Town Council invites companies to supply competitive quotes for the supply of the following: INVITATION TO TENDER FOR 2 1580 TERRAINCUT™ COMMERCIAL FRONT MOWER (STAGE V) Specification ENGINE 27.5KW (37.4 HP) gross SAE J1995 Rated at 3000 rpm Diesel Engine 1.64L (100.2 cu in.) Three Cylinder Liquid-Cooled. Up to B20 Compliant Dual Element Air Cleaner Air Restriction Indicator ELECTRICAL 12V Electric Start 12V Auxiliary Power Outlet 75 AMP Automative Alternator INSTRUMENTATION Hour meter Fuel Gauge Operator Presence warning light Hydraulic Oil Temp. Light and Alarm PTO Shutdown. CONNECTIVITY JD Link ™ M Modern 4G Fuel System: 60.56L (16 gal.) fuel capacity. DRIVE SYSTEM Two pedal hydrostatic foot control Hydrostatic Transmission Two-speed Transaxle Four Wheel drive (full time or on demand) Differential front wheel lock HYDRAULICS Hydraulic Wet disc PTO clutch Hydraulic oil cooler Power steering Dual hydraulic Implement lift Cylinders. BRAKE SYSTEM Individual Turn assist Brake Pedals Internal wet disc brakes Master stop brake EXPORT 62 INCH FASTBACK COMMERCIAL REAR DISCHARGE DECK 157 cm (62 in) Cutting Width (3) spindles, Blades (3) 0.31inch (7.87mm) Blades 7-Gauge 4.5mm (.177Inch) fabricated deck. 25-152mm (1-6 inch) Height of cut. Deep deck design Vehicle Enclosure Kit (2) front run flat semi-pneumatic caster wheels Splined Shaft drive Rotate for service w/safety latches. Both to come delivered with: Howard Marshall Engineering Road Lighting kit Howard Marshall Engineering LED Beacon Kit John Deere 62" Fastback deck inclusive of Mulch Kit Road Registration. The Council would be interested in receiving quotations to outright purchase the above vehicle(s). The 2 new Mowers will be replacing existing John Deer 1580 Commercial Mowers Number plates RX20 EBC and RX20 EBD. These will be up for Part exchange. For further details interested parties should contact either: Wayne Lewkowicz Environmental Services Supervisor (Streetscene) 07875 665502 wlewkowicz@chippenham.gov.uk Or Will Tidmarsh Head of Environmental Services 07875664690 Email: wtidmarsh@chippenham.gov.uk Terms and Conditions: i) All prices tendered are to be net of VAT which is to be added by the successful tenderer at invoice stage. ii) A Chippenham Town Council Purchase Order will be issued to the successful tenderer as confirmation of the works order and as soon as is practically possible after Council approve the order. iii) Reservation: The Town Council reserves the right to not accept the lowest, or any Tender. Tenders must be provided on the attached form and returned in an envelope addressed to: Chippenham Town Council CEO, Town Hall, High Street, Chippenham, Wiltshire, SN15 3ER, and Marked : 1580 TERRAINCUT™ COMMERCIAL FRONT MOWER (STAGE V) iv) Failure to do this will lead to disqualification from the quotation process. TENDER FORMS MUST BE RETURNED BY: 12 Noon Friday 8th August 2025.
Value undisclosed
Ford E-Courier 100kw 43kwh Colour - Frozen White Manual Aircon Roof mounted 300mm Beacon Bar Front and Rear LED Light Ply board lined Delivery Road Fund License First Registration Fee. The Council would be interested in receiving quotations to outright purchase the above vehicle. The new vehicle will be replacing a Ford Transit 310 WV66AHF. This will be up for Part exchange. For further details interested parties should contact either: Wayne Lewkowicz Environmental Services Supervisor (Streetscene) 07875 665502 wlewkowicz@chippenham.gov.uk Or Will Tidmarsh Head of Environmental Services 07875664690 Email: wtidmarsh@chippenham.gov.uk Terms and Conditions: i) All prices tendered are to be net of VAT which is to be added by the successful tenderer at invoice stage. ii) A Chippenham Town Council Purchase Order will be issued to the successful tenderer as confirmation of the works order and as soon as is practically possible after Council approve the order. iii) Reservation: The Town Council reserves the right to not accept the lowest, or any Tender. iv) Tenders must be provided on the attached form and returned in an envelope marked FORD E-COURIER 100KW 43KWH and addressed to: Chippenham Town Council CEO, Town Hall, High Street, Chippenham, Wiltshire, SN15 3ER Failure to do this will lead to disqualification from the quotation process. Tender forms must be returned by: 12 Noon Friday 14th November 2025.
£30,000
Contract value
GATOR™ XUV 875M Roof/Windscreen/Rear Panel RH (DM) (Model Year 2025) ENGINE: 22.8 HP / 15.5 kW @3600 rpm acc. ECE-R120 854 cc, 3 cylinder, diesel, emission level Stage V 4-cycle, full pressure lubrication system Liquid-cooled Overhead valves Dry, replaceable, single-element air cleaner with easy access for service 11.2 Gallon (42.4L) Fuel Tank Capacity Solid-state Ignition (12V) Spark-arresting Muffler Max engine torque 49.6 Nm @2600 rpm acc. ECE-R120 ELECTRICAL: Electric Start 55 Amp Alternator 480 CCA Battery Road homologation equipment according to Mother Regulation EU 167/2013 incl. Side Rear View Mirrors and: Two LED H4 headlights with high/low beam LED rear tail lights and reflectors LED brake lights Front and rear turn signal and hazard lights Rear license plate bracket with LED lighting and trailer plug socket Horn TRANSAXLE/TRANSMISSION: Continuously Variable Transmission Full Clutch Enclosure Two-speed Transaxle 32 mph (50 kph) Maximum Forward Speed Operator Selectable / On-demand 4WD System Auto Locking Front Differential Front and Rear Hydraulic Disk Brakes Foot Operated Sealed Wet Disk Park brake; Hand Release Forged Rear Axles STEERING/SUSPENSION: Rack and Pinion Steering Tilt Steering Electronic Power Assist Steering EPAS Independent Front Suspension (IRS) with 7.9 inches (200.7 mm) of travel Independent Rear Suspension (IRS) with 9.1 inches (231.14 mm) of travel Integrated 2" Rear Receiver 13.5 ft. (4.1 m) Turning Radius Ground Clearance: 11.2 In. (284 mm) FRAME/STYLED PARTS: Welded Tubular Frame Automotive Grade Impact Resistant Polypropylene OCCUPANT PROTECTIVE STRUCTURE (OPS): Steel Tubular Overhead Structure ISO 3471 And OSHA ROPS Certified Black Roof Front Windshield with Wiper and Washer Rear Panel with integrated Glass Window 3-pt. Seat Belts OPERATOR STATION: Headliner 40/60 (Driver/Passengers) Bench Seat Seating Capacity: 2 Adults Adjustable Operator Seat 7 In. (178 mm) Slide Rail Adjustment on Driver's Seat Passenger Grab Handles (Dash and OPS) Dash Storage Bins (2 Total: .4 Gallon (1.6L) each) Enclosed Glove Box: 1 Gallon (3.85L) Storage Compartment Under Seat: 15 Gallon (56.7L) Four Cup Holders 12v DC Outlet Digital Instrument Cluster with (Fuel Level, Speed MPH, Km/h, RPM, Hour meter, Odometer with trip, Water Temp, 4WD notice, Malfunction Notices) FRONTAL PROTECTION: Integrated 2-in front receiver REAR PROTECTION: Skid Plate DIMENSIONS (WITH OPS): 127 In. (3228 mm) Long x 63.7 In. (1618 mm) Wide x 78 In. (1981 mm) High PAYLOAD CAPACITY: Dependent on vehicle weights.) 1,500 Lb (680 kg) Towing Capacity: 2,000 Lb (907kg) CARGO BOX: Material: high-density polyethylene copolymer composite Dimensions: 43.3 in. (1099mm) length x 54.8 in. (1392mm) width x 13.5 in. (343mm) height Volume capacity: 18.5 cu. ft (0.52 cu. m) / 524.7l Box capacity: 1,000 lb. (454 kg) Manual cargo box lift with gas shock assist Removeable, bottom hinged tailgate with centre release handle Switch activated, 12V/20-amp SAE 2 pin power port Tires: Predator Tyres Product: JD LED Beacon Kit Type of product: Attachment Principal Product: GATOR™ XUV 875M Roof/Windscreen/Rear Panel RH (DM) (Model Year 2025) The Council would be interested in receiving quotations to outright purchase the above vehicle. The new vehicle will be replacing a John Deere Gator WR15 YCV. This will be up for Part exchange. For further details interested parties should contact either: Wayne Lewkowicz Environmental Services Supervisor (Streetscene) 07875 665502 wlewkowicz@chippenham.gov.uk Or Will Tidmarsh Head of Environmental Services 07875664690 Email: wtidmarsh@chippenham.gov.uk i) All prices tendered are to be net of VAT which are to be added by the successful tenderer at invoice stage. ii) A Chippenham Town Council Purchase Order will be issued to the successful tenderer as confirmation of the works order and as soon as is practically possible after Council approve the order. iii) Reservation: The Town Council reserves the right to not accept the lowest, or any Tender. Tenders must be provided on the attached form and returned in an envelope marked GATOR™ XUV 875M Roof/Windscreen/Rear Panel RH (DM) (Model Year 2025) addressed to: Chippenham Town Council CEO, Town Hall, High Street, Chippenham, Wiltshire, SN15 3ER Failure to do this will lead to disqualification from the quotation process. Tender forms must be returned by: 12 Noon Friday 14th November 2025.
£30,000
Contract value
This tender relates to the proposed refurbishment and reconfiguration of the existing public toilets in the Borough Parade car park Chippenham SN15 3ED.
£100,000
Contract value
1. The existing Neeld Hall & Town Hall is a part of an existing Grade II Listed historic municipal building located between Chippenham High Street and the Borough Parade Car Park. The complex is a mix of historic buildings and modern extensions, serving multiple uses. The complex is surrounded by a mix of commercial, retail, residential units and public realm. 2. The Employer, Chippenham Town Council are undertaking a decarbonisation project of the existing services to the Neeld Hall and Town Hall. 3. The client is submitting the required planning permission and Listed Building Consent for the proposed works, these are yet to be determined. 4. Building Regulations Full Plans approval is to be submitted by the client's team to a Registered Building Control Approver (TBC). The contractor will be responsible for liaising with the inspector to arrange visits. 5. The decarbonisation project comprises front of house mechanical work new radiators and like, back of house mechanical works, ASHP, AHU and other associated plant. The project is divided into 4 sections the front and back of house works to the Neeld Hall and the same to the Town Hall. It should be noted that the Cheese Hall is deemed to fall under the Neeld Hall back of house scope. 6. The client has had several asbestos surveys undertaken. However, the PD has recommended that a further refurbishment survey be undertaken. It's the contractor's responsibility to price for the removal of all ACMs known to date, MEA have included a provisional sum to cover any further ACMs discovered in the subsequent refurbishment survey. 7. These tender documents seek fixed price tenders for these works. The documents comprise the following: a. Drawings, specifications and associated documents for: i. Structures ii. Services b. Pre-Construction H&S Plan and associated documents prepared by the Principal Designer c. The pricing document and associated documents d. Form of Tender 8. The proposed form of contract is the JCT Design and Build 2024; the contract will not be subject to amendments. 9. The Work Schedule included with this Pricing Document has been provided to assist tenderers with their pricing of the Works shown on the drawings, in the specification, etc. and apparent from a site visit. Quantities are provided for information only - it is not a Bill of Quantities. It is the tenderer's responsibility to review all the tender documents and to submit a compliant tender for the entire scope of the project. If tenderers consider that there are works within the tender documents that need pricing in addition to those described within the Work Schedule, then such work should be priced and included in the tender submission and summarised within an addendum paper, or similar. 10. Questions related to the tender documents should be sent by email only to southwesttenders@meaconsult.co.uk. The questions and responses will then be uploaded to contracts finder for all tenderers to review. 11. Tenders should be submitted in hard copy to the Chippenham Town Council Offices; these can be posted (tracked and signed for) or hand delivered. Tenders are to be returned by 4pm, Friday 23rd January 2026. 12. It is not proposed to hold mid-tender reviews with tenderers. However, the client and the project team are available to meet with tenderers if required, by prior arrangement. 13. It's a requirement for tenderers to visit the site prior to submitting tenders due to the complexity of the project and associated logistical and BWIC elements. 14. Tenderers are requested to include evidence of relevant project experience within their tenders, their proposed management team and local supply chain examples. There is also a tender submission checklist which all tenderer's are expected to adhere to. 15. Tenderer's attention to drawn to the chargeable public car park, with a 2-hour limit, there is no onsite parking, there is some limited local street parking available. The Client has not approached Wiltshire Council, the operator, regarding closure of some existing parking spaces. 16. MEA have produced an outline "construction" programme this has been included within the tender pack. The client has access requirements for parts of the front of house areas during the construction period. The Neeld hall is currently used by the client as a performance space, they wish to retain this use for parts of the construction period. The Town Hall is subject to a client direct refurbishment; this is currently planned during the latter period of the overall programme. These requirements are outlined within the MEA tender programme. Whilst we are happy for tenderers to use the MEA programme, we also invite tenderers to submit their own programmes; these proposals will need to be compliant with the client's access requirements. 17. It should also be noted that the client has requested that the Neeld Hall Front of House area be available every Wednesday evening for the duration of the project, due to a prior performance commitment. 18. It should be noted that the start on site date 27.07.26 is the earliest date of possession the client can offer for the programme. 19. During the period between the LOI being issued but pre-start on site, it's anticipated the contractor will be required to undertake several pre-commencement activities. It's expected there will be design work associated with the specialist CDP sections, early procurement and logistical planning and co-ordination. 20. Note, we are not anticipating any deposit payments to be paid throughout the project. 21. The appendix includes a dayworks & overhead statement which needs to be completed and returned with the tender submission. 22. The client and project team will be receptive, and encourage, tenderers making constructive value engineering suggestions with the tender submission. 23. Ecology, we are not aware of any issues. 24. The client has confirmed that the award criteria for the project is as follows; 50% Price, 40% Quality of Submission, 10% Environmental Credentials.
£500,000
Contract value
Specification As per standard manufacturers guide inclusive but also to include: • TURF TYRES • LOADER AND BUCKET • HVO FUEL COMPATIBLE • 540/540E PTO • BEACON • AIR SUSPENSION SEAT • SELECTABLE TWO AND FOUR-WHEEL DRIVE • MUST BE ABLE TO LIFT/OPERATE WEIDEMANN TERRA SPIKE XF8 • DELIVERY The Council would be interested in receiving quotations to purchase the above vehicle on a 5-year Hire Purchase agreement. For further details interested parties should contact either: Paul Harvey Head of Leisure Services 07525 279743 Email: pharvey@chippenham.gov.uk Or Joe Harvey Head Groundsman 07597 505535 Email: jharvey@chippenham.gov.uk Chippenham Town Council Town Hall High Street Chippenham Wiltshire SN15 3ER Tel: 1249: 446699 Email: enquiries@chippenham.gov.uk Terms and Conditions: i) All prices tendered are to be net of VAT which are to be added by the successful tenderer at invoice stage. ii) Tender responses must include the completed Environmental Scoping Assessment. iii) A Chippenham Town Council Purchase Order will be issued to the successful tenderer as confirmation of the works order and as soon as is practically possible after Council approve the order. iv) Reservation: The Town Council reserves the right to not accept the lowest, or any Tender. Tenders should be provided on the attached form and returned: By post in an envelope addressed to: Chippenham Town Council CEO, Chippenham Town Council CEO, Town Hall, High Street, Chippenham, Wiltshire, SN153ER, and Marked: 4-cylinder Tractor - Stanley Park Sports Ground Or By email to: procurement@chippenham.gov.uk, Titled: 4-cylinder Tractor - Stanley Park Sports Ground Failure to do this will lead to disqualification from the quotation process. TENDER FORMS MUST BE RETURNED BY: Noon Friday 27th February 2026.
£70,000
Contract value
Chippenham Town Council invites companies to supply competitive quotes for the supply of the following: A COMPACT SWEEPER SWINGO 200+ PUSHED 2-BRUSH SYSTEM Specification Engine Euro6 - Common Rail 4 cylinder, displacement 2960 to 3000 cm³ 60 kW to 65 kW @ 2300 to 2500 rpm Max. torque 270 Nm @ 1350 rpm Transmission Full hydrostatic transmission with 2 drive modes (sweeping + transit) via rear axle with differential Stepless and automatic load-dependent transmission control (automotive drive) Axles Hydraulic power steering Selectable 4-wheel steering Tyres 225/70 R15 to 225/80 R15 Mechanical/Coil spring suspension for front and rear axle inc damper and front anti-roll bar Cab Cabin with two seats mounted on elastic rubber elements for low vibrations Ergonomic high back driver's seat with mechanical or air stepless suspension adjustment, fully adjustable Driver and passenger side sliding windows Heater / ventilation with recirculating and fresh air with adjustable vents. Minimum of 10 vents, 6 adjustable Air conditioning Height and inclination adjustable steering column One key operating fuel cap, doors and ignition. Minimum of 3 keys supplied per vehicle Central Colour display with information on all relevant vehicle data and board computer, incl. on board diagnostics Control of the sweeping systems via an ergonomic door control panel with joysticks Cruise control function Cab floor windows for optimum view on brushes and suction nozzle Water System Fresh water tank: 175l to 190l Re-circulating water tank: 175l to 190l plus Re-circulating water up to 250l in hopper Total Re-circulation water 350l to 440l Total water capacity 500l to 630l Re-circulating water discharge via in cab control Water tank made of impact resistance polymer 2 water nozzles per brush- adjustable directly on the brushes Brush System Heavy duty pushed 2-brush-system Brush diameter 800mm to 900mm Hydraulic ground pressure adjustment Brush speed individually adjustable 0 - 130 max rpm Brush material either Plastic (Poly), mixed (steel-Poly) or steel Suction Hot galvanized steel suction box for enhanced corrosion protection and strength Guided on swivelling castor wheels Hydraulic activated debris flap Hydraulic lifting including incremental lifting to nozzle box Pulled nozzle box system to ensure increased damage protection LED work light to illuminate the work area around the suction nozzle box Hopper Drilled Hopper Screen not wired Aluminium corrosion resistant construction 1.9 to 2.1m³ gross volume Suction tube in the hopper made of stainless steel Dirt water separation screens made of stainless steel, mounted to front and side walls in the hopper Hopper lid hydraulic operated, can be opened separately Hopper functions can be controlled in cab or via external control pendant Hydraulic tipping to the rear - 1.400mm to 1.550mm Manually operated hopper raise feature in case of engine breakdown/ loss of power Hydraulic system Load-Sensing hydraulic system Hydraulic tank made of impact resistance polymer Hydraulic filter blockage and hydraulic oil low level and hydraulic temp. warning system Hydraulic steel pipes with factory fitted protected against corrosion Brake System Hydraulic servo assisted brake system on all 4 wheels Dual circuit brake system (acting on front and rear axle) Disc brakes on front and rear axle Electro hydraulically operated parking brake with hill hold assist Electric System 12 Volt battery with 90 to 100 Ah Alternator 12V greater than 130A Lighting according to EC regulations Beacon foldable with protection bracket Dimensions Height with beacon 2.350mm max Height without beacon 1.900 mm to 1.990 mm Wheelbase up 1.810mm to 1.910mm Length with brushes up to 4.600 mm Width without brushes up to 1.315 mm Steering / turning Circle 4-wheel steering switchable in cab Turning cycle Kerb to Kerb up to 4.750 mm Weights Payload between 1.750kg and 2,100kg Gross vehicle weight up to 5,000kg Other items Hopper painted in white with chapter 8 markings DAB + Radio with USB connection and Bluetooth hands-free module Reversing signal disengage able Rear view and suction nozzle camera Between 140 bar to 150 bar high pressure washer in frame with 8m to 10m hose recoil drum and 900m Hand Lance. Additional Requirements Rear mounted wonder hose Near side weed control system incorporating reinforced brush arm, rated lift arm, heavy duty brush, Motor and weed ripping brush, independent brush lift control and brush head articulation controlled From cab Training Train the operator training for 2 operatives The Council would be interested in receiving quotations to outright purchase the above vehicle. For further details interested parties should contact either: Wayne Lewkowicz Environmental Services Supervisor (Streetscene) 07875 665502 wlewkowicz@chippenham.gov.uk Or Will Tidmarsh Head of Environmental Services 07875664690 Email: wtidmarsh@chippenham.gov.uk Chippenham Town Council Town Hall High Street Chippenham Wiltshire SN15 3ER Tel: 1249: 446699 Email: enquiries@chippenham.gov.uk Terms and Conditions: i) All prices tendered are to be net of VAT which are to be added by the successful tenderer at invoice stage. ii) A Chippenham Town Council Purchase Order will be issued to the successful tenderer as confirmation of the works. iii) The successful Tender will be paid in full in the 2026/27 financial year. iv) Reservation: The Town Council reserves the right to not accept the lowest, or any Tender. Tenders must be provided on the attached form and returned either: In an envelope addressed to - Chippenham Town Council CEO, Town Hall, High Street, Chippenham, Wiltshire, SN153ER, and Marked COMPACT SWEEPER SWINGO 200+ PUSHED 2-BRUSH SYSTEM or via email to procurement@chippenham.gov.uk. Failure to do this will lead to disqualification from the quotation process. TENDER FORMS MUST BE RETURNED BY: 9 March 2026.
£95,000
Contract value
Tenders are invited for the management of the public toilets for the period 1st April 2026 to the 31st of March 2029. Tenders are invited for both Option 1 and Option 2. Opening times The public toilets are open daily, every day of the year including all bank holidays. Toilets all have time locks and are set to open at 08:0 and close at 20:00. Option 1 April 1st to March 31st. (Excluding Christmas Day and Boxing Day) Daily: Full clean of four toilet sites in Chippenham, (cleaned as required, consumables topped up, bins emptied as required, sharps boxes replaced as required), daily health & safety checking. Daily: Complete daily attendance sheets (to be returned to Chippenham Town Council Monthly). H&S checks to ensure no hazards exist to staff or members of public. Scheduled Maintenance and servicing The access control and timed access controls to be serviced and maintained at all times. Reactive Maintenance/Repairs Minor repairs within Contractor capability shall be completed within 24 hours of identification. Defects outside Contractor capability must be reported to the Council within 2 hours. An hourly rate for reactive maintenance must be submitted and shall remain fixed for the duration of the Contract (subject to RPI adjustment only). Option 2 April 1st to March 31st. (Excluding Christmas Day and Boxing Day) Daily: Full clean of four toilets in Chippenham, twice a day, one visit AM and then one visit PM (with a minimum of 5 hours between cleans) cleaned as required, consumables topped up, bins emptied as required, sharps boxes replaced as required, daily health & safety checking. Daily: Complete daily attendance sheets (to be returned to Chippenham Town Council weekly). H&S checks to ensure no hazards exist to staff or members of public. Scheduled Maintenance and servicing The access control and timed access controls to be serviced and maintained at all times. Reactive Maintenance/Repairs Minor repairs within Contractor capability shall be completed within 24 hours of identification. Defects outside Contractor capability must be reported to the Council within 2 hours. An hourly rate for reactive maintenance must be submitted and shall remain fixed for the duration of the Contract (subject to RPI adjustment only). General - The contractor will provide all their own equipment, cleaning equipment, consumables and toilet paper. Environmentally sensitive products to be used in line with the Councils Environmental Scope. Contractors must comply with the current legislation for the management of hazardous substances. MSDS to be provided and kept in toilet service corridor for use by operatives. - The contractor will remove all waste materials from toilet cubicles daily and dispose correctly from site weekly. - The contractor will have full public liability insurance, a health & safety policy and appropriate risk assessments in line with current Health & Safety Legislation. Any sub-contractor employed by principal contractor must also hold full public liability insurance. Valid copies of these documents to be provided to Chippenham Town Council. - A waste carrier License is required by the successful Contractor. PAYMENT TERMS • Payment monthly in arrears • Valid VAT invoice required • 30-day payment terms from receipt of correct invoice • The Council reserves the right to withhold payment proportionately in respect of services not delivered. The rates agreed at commencement of contract will increase annually in line with the government official RPI as quoted for March at the end of each contract year. (Ordinarily published in April). Contact with this Council is the nominated Council representative who will be responsible for the day-to-day supervision. TERMINATION The Council may terminate the Contract: Immediately for: • Material breach • Insolvency • Failure to maintain insurance • Repeated KPI failure With 3 months' written notice for convenience. The Contractor may terminate with 3 months' written notice. The Contract will run from 1st April 2026 to 31st March 2029. For further details interested parties should contact: Will Tidmarsh Head of Environmental Services 07875664690 Email: wtidmarsh@chippenham.gov.uk Chippenham Town Council Town Hall High Street Chippenham Wiltshire SN15 3ER Tel: 1249: 446699 Email: enquiries@chippenham.gov.uk Toilet Sites 1. Bath Road Car Park Toilets SN152SA 1 cubicle consisting of 1 traps, 1 baby change and 1 Wallgate hand wash 2. Monkton Park Toilets SN153PE Building consisting of Ladies 3 traps, 1 baby change and 1 Wallgate hand wash. Gents 1 trap, 1 urinal and 1 Wallgate hand wash. Accessible 1 trap, 1 sink and 1 hand dryer. 3. Borough parade Car Park Toilets SN153ED (Under refurbishment) 2 cubicles consisting of 1 traps, 1 baby change and 1 Wallgate hand wash (TBC) 4. Timber Street Toilets (Bus Station) SN153GD (Due for replacement to a 2-cubicle structure) 2 cubicles consisting of 1 trap, 1 baby change and 1 Wallgate hand wash (TBC) Tenders will be assessed using the scoring method 50% Price 40% Quality 10% Environmental Estimated Tender Value £45,000 Terms and Conditions: i) All prices tendered are to be net of VAT which is to be added by the successful tenderer at invoice stage. ii) A Chippenham Town Council Purchase Order will be issued to the successful tenderer as confirmation of the works order and as soon as is practically possible after Council approve the order. iii) The Council includes the products and services it procures in its carbon footprint to measure and take responsibility for its impacts on the climate and biodiversity. Only Tenders that fill out the Environmental Scoping assessment will be considered. iv) Reservation: The Town Council reserves the right to not accept the lowest, or any Tender. Tenders must be returned either: In an envelope addressed to Chippenham Town Council CEO, The Town Hall, High Street, Chippenham, Wiltshire, SN15 3ER, and Marked : TOILET CLEANING TENDER Or emailed to procurement@chippenham.gov.uk v) Failure to do this will lead to disqualification from the quotation process. TENDER FORMS MUST BE RETURNED BY: 12 Noon 20 March 2026.
£45,000
Contract value
We invite expressions of interest for tendering for the proposed planned preventative maintenance works, referred to as the refurbishment works for the Town Hall at Chippenham Town Council (CTC), High St, Chippenham, SN15 3ER The Client is seeking a Contractor in whom they may safely place confidence, who will play an active and positive role as a member of the project team, and who will take responsibility for the safe, efficient working and timely completion of all the works. Contractors are being asked to tender a Single Stage Tendering process, which will consist of the pricing of Preliminaries, Quantified Schedule of Works, Overheads and Profit etc. based on and including drawings, specifications and other documentation.
£125,000
Contract value