RAINBOW CIVILS
SUBCONTRACT N.012-079-2023/1-SCGM8–SCGM13
SUBCONTRACT FOR THE ROUTINE ROAD MAINTENANCE ON NATIONAL ROUTE 12 SECTIONS 7 TO 9 FROM PRETORIUS BAKEN (KM 55.49) TO KLIPDRIFT (KM 84.59), ROUTE R369 FROM RENOSTERBERG / THEMBELIHLE BORDER (KM 20.80) TO HOPETOWN (KM 68.02)
WORK PACKAGE NO: SCGM8, SCGM9, SCGM10, SCGM11, SCGM12 AND SCGM13 FOR THE ROUTINE ROAD MAINTENANCE ON NATIONAL ROUTE R369 SECTION 2 (KM 20.80) TO (KM 68.02) AND N12 SECTION 7 TO 9 FROM PRETORIUS BAKEN (KM 55.49) TO KLIPDRIFT (KM 84.59
T1.1 TENDER NOTICE AND INVITATION TO TENDER (SBD1)
RAINBOW CIVILS invites tenders from experienced EME/QSE subcontractors for Contract N.012-079-2023/1 Routine Road Maintenance on National Route 12 Sections 7 to 9 from Pretorius Baken (km 55.49) to Klipdrift (km 84.59), Route R369 Section 2 From Renosterberg / Thembelihle Border (km 20.80) to Hopetown (km 68.02) on behalf of Rainbow Civils in accordance with the requirements of The South African National Roads Agency SOC Limited (SANRAL). This project is in the province of Northern Cape and in the district municipality of Pixley KaSeme and the local municipality of Thembelihle.
Subcontractors are required for the following subcontracts:
N.012-079-2023/1-SCGM8: General Maintenance: R369 Section 2 (km 20.80) to (km 68.02)
N.012-079-2023/1-SCGM9: Minor Maintenance: N12 Section 7 (km 55.49) to (km 77.392)
N.012-079-2023/1-SCGM10: Minor Maintenance: N12 Section 8 (km 0.00) to (km 52.091)
N.012-079-2023/1-SCGM11: Minor Maintenance: R369 Section 2 (km 20.80 to km 68.02)
N.012-079-2023/1-SCGM12: Minor Maintenance: N12 Section 9 (km 0.00 to km 43.00)
N.012-079-2023/1-SCGM13: Minor Maintenance: N12 Section 9 (km 43.00 to km 84.586)
The approximate duration is 6 months for N.012-079-2023/1-SCGM8–13. CIDB Regulation 25 (1B) will be applicable to this contract.
Only tenderers who are at least 51% Black owned, who is an EME/EME start up or QSE and meet the definition of a Targeted Enterprise as defined in C3.2.2.5 are eligible to tender.
Only tenderers that meet all the eligibility criteria under clause C.2.1 of the Tender Data will be considered.
Only tenderers who meet the minimum functionality score as stated in clause C.3.5 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 |
N.012-079-2023/1-SCGM8 |
3 - 5 CE |
N.012-079-2023/1-SCGM9 |
1/2 CE |
N.012-079-2023/1-SCGM10 |
1/2 CE |
N.012-079-2023/1-SCGM11 |
1/2 CE |
N.012-079-2023/1-SCGM12 |
1/2 CE |
N.012-079-2023/1-SCGM13 |
1/2 CE |
The tenderers attention is drawn to clause 4.1.1 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(1B) or 25(7A) of the Construction Industry Development Regulations, will be accepted.
Preferences are offered to tenderers who comply with the criteria stated in the Tender Data.
A tenderer’s representative cannot represent more than one tenderer at the compulsory meeting.
SUBCONTRACT TENDER DOCUMENTS
Tender documents will be sent via email to those who attended the tender briefing. The file will contain
an electronic copy of the tender document in PDF format and Bill of Quantities in EXCEL format.
Tenderers must have access to Microsoft Office © 2013 and Acrobat Adobe © 9.0, or similar
compatible software.
Tenderers must submit, via email (n12andr369@gmail.com), the duly completed Form A1.1 Certificate of Intention to Submit a Tender within seven (7) days from the tender advertisement date. Failure to submit this certificate would result in the tenderer not receiving addenda or additional issued information and may result in the tenderer being non-responsive, if “any material amendment/s” contained in the addenda or additional information is not included in the tender offer/submission.
Please be advised that the route will not be travelled and that it will be the responsibility of each tenderer to acquaint themselves with the route and its condition.
TENDERERS’ BRIEFING
Electronic means not feasible
A compulsory tender clarification briefing with representatives of the Project Management Team will take place at Library Hall, Hopetown, Northern Cape, 8750 on 15 August 2025 at 11:00.
Tenderers are to schedule an appointment for the collection and/or viewing of documents by contacting n12andr369@gmail.com. Tenders from Late arrivals will not be allowed, and their submissions shall be declared non-responsive.
CLOSING TIME, COMPLETION AND DELIVERY OF TENDERS
The closing time for receipt of tenders is 11:00 on 29 August 2025.
Tenders may only be submitted in the format as stated in the Tender Data.
Requirements for addressing, delivery, opening and assessment of tenders are stated in the Tender Data.
Queries relating to issues arising from these documents may be addressed to the following:
Enquiries |
|
Contact Person: |
Nolayezwako Sikhosana / Andile Nguxukuma |
Tel No: |
076 903 6190 / 073 731 5326 |
Fax No: |
NA |
E-mail: |
n12andr369@gmail.com |