Western Region
Maintenance
5CE or Higer
CIDB Grade 5CE or Higer
Western Region
Maintenance
5CE or Higer
CIDB Grade 5CE or Higer
Closing Date
Project Number
N.001-012-2022/1 & N.001-014-2022/1-RZ23
B-BBEE Status
51% Black owned
Contract Description
CONTRACT SANRAL N.001-012-2022/1 FOR THE ROUTINE ROAD MAINTENANCE OF NATIONAL ROUTE 1 SECTIONS 1 TO 2 FROM BERG RIVER (km 54.1) TO FLORENCE (km 6.83) (TOLL) AND CONTRACT SANRAL N.001-014-2022/1 FOR THE ROUTINE ROAD MAINTENANCE OF NATIONAL ROUTE 1 SECTIONS 1 TO 4 FROM JOOSTENBERGVLAKTE (km 30.44) TO CONSTABLE (km 21.68) (NON-TOLL) WORK PACKAGE NO: RZ23 PAVEMENT REPAIRS
Tender Notice

RAZZMATAZZ CIVILS JV


SUBCONTRACT N.001-012-2022/1 & N.001-014-2022/1-RZ23


CONTRACT SANRAL N.001-012-2022/1
FOR THE ROUTINE ROAD MAINTENANCE OF NATIONAL ROUTE 1 SECTIONS 1 TO 2 FROM BERG RIVER (km 54.1) TO FLORENCE (km 6.83) (TOLL)
AND

CONTRACT SANRAL N.001-014-2022/1
FOR THE ROUTINE ROAD MAINTENANCE OF NATIONAL ROUTE 1 SECTIONS 1 TO 4 FROM JOOSTENBERGVLAKTE (km 30.44) TO CONSTABLE (km 21.68) (NON-TOLL)


WORK PACKAGE NO: RZ23 PAVEMENT REPAIRS


T1.1 TENDER NOTICE AND INVITATION TO TENDER (SBD1)


RAZZMATAZZ CIVILS JV invites tenders from experienced EME/QSE subcontractors for Contract SANRAL N.001-012-2022/1 & N.001-014-2022/1 Routine Road Maintenance of National Route 1 Sections 1 To 4 from Joostenbergvlakte to Constable on behalf of The South African National Roads Agency SOC Limited (SANRAL). This project is in the province of Western Cape and in the Cape Winelands District Municipality (Stellenbosch, Drakenstein & Breede Valley Local Municipalities)


Subcontractors are required for the following subcontracts:
•N.001-012-2022/1 & N.001-014-2022/1-RZ23: PAVEMENT REPAIRS


The approximate duration is 3 months. 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.001-012-2022/1 & N.001-014-2022/1-RZ23: PAVEMENT REPAIRS 5 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 can be collected at site office in electronic format and loaded on a flash drive or emailed on request. Tenderers must have access to Microsoft Office © 2013 and Acrobat Adobe © 9.0, or similar compatible software.


The physical address for collection of tender documents is the RAZZMATAZZ CIVILS JV, 69 Stockenstrom Street, WORCESTER where tender documents may be collected from 04 September 2025 during the hours 09:00 to 16:00 (Monday to Friday). Tenderers are to schedule an appointment for the collection of documents by contacting Louis on email: louismariechen@gmail.com


Tenderers must submit, via email louismariechen@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 traveled and that it will be the responsibility of each tenderer to acquaint themselves with the route and its condition.


TENDERERS’ BRIEFING


A compulsory tender clarification briefing with representatives of the Project Management Team will take place at 69 Stockenstrom Street, WORCESTER on 11 September 2025 at 10h00


Tenderers are to schedule an appointment for the collection and/or viewing of documents by contacting Louis Schoeman at louismariechen@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 26 September 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: Louis Schoeman
Tel No: 079 493 1669
E-mail: louismariechen@gmail.com