Northern Region
Construction
1CE, 2CE & 3CE
CIDB Grade 1CE, 2CE & 3CE
Northern Region
Construction
1CE, 2CE & 3CE
CIDB Grade 1CE, 2CE & 3CE
Closing Date
Project Number
Sub-Contract SANRAL N.003-120-2020/9
B-BBEE Status
Contract Description
SUB-CONTRACTS FOR THE RESURFACING OF NATIONAL ROUTE 3 SECTION 12 FROM GELDENHUYS (KM 24,82) TO BUCCLEUCH (KM 43.32)
Tender Notice

TENDER NOTICE

CLOSING DATE: 11 JUNE 2025 AT 11:00

Tau Pele Construction (Pty) Ltd invites tenders from experienced EME/QSE subcontractors / suppliers for Contract SANRAL N.003-120-2020/9 for the RESURFACING OF NATIONAL ROUTE 3 SECTION 12 FROM GELDENHUYS (KM 24,82) TO BUCCLEUCH (KM 43.32) endorsed by The South African National Roads Agency SOC Limited (SANRAL). This project is in the province of Gauteng and in the City of Johannesburg Metropolitan Municipality and the City of Ekurhuleni Metropolitan Municipality based on the target area for the packages.

 

Subcontractors are required for the following subcontracts:

 

Works Package

Description

01A-DFS

Supply of Diesel Fuel to Site

02-SEC

Security on Site

03-CT

Provision and Maintenance of Portable Toilets

05A-DR to 05B-DR

Drains

05C-DR to 05D-DR

Drains

07-G1HAUL

Supply And Delivery of Commercial Materials: Type G1 Material

08-SS60HAUL

Supply And Delivery of Commercial Materials: Emulsion Stable Grade (60%)

10A-BOND to 10B-BOND

Application of Bond Coat and Asphalt Base (Placing by Paver): Rehabilitation

 

The approximate duration is:

 

Works Package

Duration (months)

01A-DFS

Nine (9)

02-SEC

Eighteen (18)

03-CT

Eighteen (18)

05A-DR to 05B-DR

Two (2) each

05C-DR to 05D-DR

Three (3) each

07-G1HAUL

Two (2)

08-SS60HAUL

Two (2)

10A-BOND to 10B-BOND

Six (6) each

 

Only tenderers who are registered on the National Treasury Central Supplier Database at the closing date for tender submissions and who comply with the definition of a Targeted Enterprise under clause C.2.1.1 and are at least 51% Black owned and who is an EME or QSE or cooperative, are eligible to tender.

 

Only tenderers that meet all the eligibility criteria under clause C.2.1.1 of the Tender Data will be considered.

 

Only tenderers who meet the minimum functionality score as stated in clause C.3.11 will be evaluated further on price and preference.

 

It is estimated that tenderers should have a CIDB contractor grading designation as indicated in the table below:

 

Works Package

CIDB requirement

01A-DFS

Not Required

02-SEC

Not Required

03-CT

Not Required

05A-DR to 05B-DR

2 x 1CE each

05C-DR to 05D-DR

2 x 2CE each

07-G1HAUL

Not Required

08-SS60HAUL

Not Required

10A-BOND to 10B-BOND

2 x 3CE each

 

The tenderers attention is drawn to clause C.3.11 of the Tender Data for each work package when submitting their tender.

 

Tenders from tenderers registered as potentially emerging enterprises but with a CIDB contractor grading designation lower than a contractor grading designation determined in accordance with the sum tendered, or a value determined in accordance with Regulation 25(7A) of the Construction Industry Development Regulations, will be accepted.

 

Only locally produced or locally manufactured products and components for construction will be considered.

 

Preferences are offered to tenderers who comply with the criteria stated in the Tender Data.

 

Tenderers should take note that only one subcontract package shall be awarded to an entity at any one time for this project, meaning that a Targeted Enterprise may be awarded a work package and on conclusion thereof may be awarded a subsequent work package, but more than one work package may not be awarded simultaneously for this project.

 

If a tenderer tendered for more than one subcontract package and scored the highest points in more than one package, the Contractor shall award to the tenderer the work package that has the most economic benefit to the Employer.

 

SUBCONTRACT TENDER DOCUMENTS

 

Tender documents are available:

  • At no cost in electronic format via e-mail. Prospective tenderers may send a request for a link to the document to the following address proc-N3-12@taupele.co.za. Tenderers must have access to Microsoft Office © 2013 and Acrobat Adobe © 9.0, or similar compatible software.

 

TENDERERS’ BRIEFING AND TRAINING

 

A compulsory tender clarification briefing and training session(s) with representatives of the Contractor and Engineer will take place at Klipfontein Multi-Purpose Centre at 10h00 on 04 June 2025. Prospective tenderers must pre-book for the clarification briefing and training session, due to venue size limitations.

 

A request for a clarification briefing and training session date and time is to be sent to the following address
proc-N3-12@taupele.co.za 24hrs before the briefing session and the following details are to be specified:

 

  • Company Name, Full name and surname, ID number, Contact number, Email address and package(s) of interest.

 

Tenders from tenderers who arrived late at the clarification briefing session will not be allowed, and their submissions shall be declared non-responsive.

 

A tenderer’s representative cannot represent more than one tenderer at the clarification briefing session.

 

COMPLETION AND DELIVERY OF TENDERS

 

The closing time for receipt of tenders is 11:00 on 11 JUNE 2025.

 

Only tender offers submitted in Hardcopy and delivered to the address specified in the Tender Data will be accepted.

 

Requirements for sealing, addressing, delivery, opening and assessment of tenders are stated in the Tender Data.

 

Tenders may only be submitted in the format as stated in the Tender Data.

 

Queries relating to issues arising from the tenderer’s clarification briefing presentation / video or these documents may be addressed to the following:

 

Enquiries

Contact Person:

Gerald Nkaphe

E-mail:

g.nkaphe@taupele.co.za

PLEASE NOTE THAT NO LATE SUBMISSIONS WILL BE ACCEPTED!