T1.1 TENDER NOTICE AND INVITATION TO TENDER (SBD1)
ACTOPHAMBILI ROADS (PTY) LTD invites tenders from experienced EME/QSE subcontractors for Contract SANRAL N.001-170-2022/1 FOR THE PERIODIC MAINTENANCE OF NATIONAL ROUTE 1 SECTION 17 FROM WESTLEIGH (KM 77.80) TO HEUNINGSPRUIT (KM 101.30) endorsed by The South African National Roads Agency SOC Limited (SANRAL). This project is in the province of Free State and in the Fezile Dabi District Municipality and Moqhaka Local Municipality.
Subcontractors are required for the following subcontracts:
SC 01: Accommodation of Traffic
SC 02: Construction of Layer works (Earthworks)
SC 03: Road marking
SC 04: Application if textured Slurry
SC 05: Supply and delivery of Asphalt
SC 06: Supply and delivery of Aggregates
SC 07: Request for Quotation – Site Security
SC 08: Request for Quotation – Toilet Hire
The approximate duration is 15 months.
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 People and who is an EME or QSE or cooperative, are eligible to tender. In addition, preference will be given to tenders who are at least 51% owned by Black People 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 |
SC 01 |
5 CE |
SC 02 |
3 CE |
SC 03 |
4 SK |
SC 04 |
3 CE |
SC 05 - D |
Not Applicable |
SC 06 - Y |
Not Applicable |
SC 07 - W |
Not Applicable |
SC 08 - M |
Not Applicable |
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(1B) or 25(7A) of the Construction Industry Development Regulations, will not 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.
SUBCONTRACT TENDER DOCUMENTS
Tender documents are available:
Tenderers who cannot access the information on their device must pre-book for access to a computer workstation on site on a specific day and time. A request for access to a computer workstation is to be sent to the following address kroonstad@actop.co.za or Call 066 058 1156 Thabiso Nhlapo.
TENDERERS’ BRIEFING AND TRAINING
A Non-compulsory tender clarification briefing and training session(s) with representatives of the Contractor and Engineer will take place at 38 Buitekant Street, Kroonstad on 17 July 2025 at 10h00.
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 Thursday, 31 July 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 may be addressed to the following:
Enquiries |
|
Contact Person: |
Thabiso Nhlapo |
Contact No: |
066 058 1156 |
E-mail: |
kroonstad@actop.co.za |