Eastern Region
Other
Various
CIDB Grade Various
Eastern Region
Other
Various
CIDB Grade Various
Closing Date
Project Number
CONTRACT N.003-012-2017/1R
B-BBEE Status
EME or QSE
Contract Description
We, CCCC-WSM JV, are undertaking the CONTRACT N.003-012-2017/1R for the FOR THE UPGRADE OF 11,1KM ON NATIONAL ROUTE 3, FROM MARIANNHILL TOLL PLAZA SECTION 1 (KM 25.50) TO KEY RIDGE SECTION 2 (KM 2.8) on behalf of South African National Roads Agency Soc Limited (SANRAL). The project is in the province of Kwa-Zulu Natal and located within the eThekwini Municipality. The JV invites prospective contractors, suppliers and training service providers from the Local eThekwini Municipality to submit an “Expression of Interest” in the below listed fields. Preference will be given to Target Enterprises within the wards adjacent and nearby to the project. This Expression of Interest (EOI) is not the final tender process nor an offer to enter into a contract, but merely a solicitation of entities interested in participating in the tender process.
Tender Notice

We, CCCC-WSM JV, are undertaking the CONTRACT N.003-012-2017/1R for the FOR THE UPGRADE OF 11,1KM ON NATIONAL ROUTE 3, FROM MARIANNHILL TOLL PLAZA SECTION 1 (KM 25.50) TO KEY RIDGE

SECTION 2 (KM 2.8) on behalf of South African National Roads Agency Soc Limited (SANRAL). The project is in the province of Kwa-Zulu Natal and located within the eThekwini Municipality.

The JV invites prospective contractors, suppliers and training service providers from the Local eThekwini Municipality to submit an “Expression of Interest” in the below listed fields. Preference will be given to Target Enterprises within the wards adjacent and nearby to the project. This Expression of Interest (EOI) is not the final tender process nor an offer to enter into a contract, but merely a solicitation of entities interested in participating in the tender process.

 

CONTRACTORS & SUPPLIERS

Item No.

Package Description

1

Road Routine Maintenance and Grass Cutting

2

Contract Sign Boards

3

Construction of the Site Laboratory and Engineers offices

4

Construction of Temporary Deviations

5

Traffic Accommodation

6

Clearing

7

Loading & Hauling

8

Trenching for Services

9

Dry Services

10

Construction of Drains

11

Construction of Culverts

12

Concrete Kerbing and Channelling, Asphalt Berms, Chutes, Downpipes, As Well As Concrete, Stone Pitched and Gabion Linings for Open Drains

13

Selection, construction and use of stockpile areas identified by the contractor

14

Pitching, stonework and protection against erosion.

15

Non-Structural Gabions

16

Erection of guardrails.

17

Landscaping

18

Fencing

19

Road Signage

20

Road markings and Road Studs

21

Mechanically Stabilised Earth and Gabion Walls

22

Traffic Accommodation (Alternative Routes)

23

Clearing and Grubbing (Alternative Routes)

24

Loading and Hauling (Alternative Routes)

25

Drains (Alternative Routes)

26

Rut and /0r Depression Correction (Alternative Routes)

27

Standard Crack Sealing (Alternative Routes)

28

Patching and Edge Break Repairs (Alternative Routes)

29

Guide Block and Kilometre Markers (Alternative Routes)

30

Road Restraint Systems (Alternative Routes)

31

Fencing (Alternative Routes)

32

Road Signs (Alternative Routes)

33

Road Markings and Road Studs (Alternative Routes)

34

Landscaping and Planting Plants (Alternative Routes)

35

Ground Anchors (Alternative Routes)

36

Mechanically Stabilised Earth and Gabion Walls (Alternative Routes)

37

Slope Protection Measures (Alternative Routes)

38

Hard Excavations by Blasting (Alternative Routes)

39

Gantries

40

Median Barrier Walls

41

Mechanically Stabilised Earth Walls

42

Reinforced Concrete Cantilever Walls

43

Composite Reinforced Wall

44

Arrestor Bed

45

Truck Stop & truck Layby Barriers

46

Supply & Steel Fixing Subcontractors

47

Site Security Services

48

Fuel Supply

49

Ablutions - Supply and Maintenance

50

Tow Truck Services

51

Traffic Safety Vehicle

52

Temporary Traffic control Facilities

53

Commercial Materials (G7 & Pioneer)

54

Supply of Aggregate & Stones

55

Supply of Safety PPE

56

Supply of Cement

 

TRAINING SERVICE PROVIDERS

Item No.

NQF Level

Qualification

Name

Approximate Credits

1

2

National Certificate

Road Construction

120

2

2

National Certificate

Construction: Roadworks

120

3

2

National Certificate

Construction Contracting

120

4

3

National Certificate

Building and Civil construction

150

5

4

National Certificate

Supervision of Construction Processes

180

6

5

National Diploma

Management of Civil Engineering Construction Processes

210

All registered companies within the eThekwini Municipality that are interested in participating in the tender process are invited to submit the following company documents:

  • Company registration
  • CSD registration
  • COID letter of good standing (Not applicable to training service providers)
  • CETA accreditation certification (Not applicable to contractors/suppliers)
  • SARS Tax certification
  • CIDB registration (if applicable)
  • VAT Registration (if applicable)
  • BBBEE certificate or BBBEE affidavit
  • Company Profile with the following company information:
    • Company Name
    • Two (2) Main business activities
    • Company contact person
    • Company contacts numbers & email address
    • Description of work done in the past two (2) years and value of contracts.

COMPLETION AND SUBMISSION OF COMPANY DOCUMENTS

The closing time for receipt of requested documents is 12:00 on Tuesday, 14 April 2026.

Requested company documents must be ELECTRONICALLY SUBMITTED to: cpgtesubcontractors@cccc-wsm.com

The subject of the submission email shall be “ “Your Company Name” followed by SANRAL N.003-012-2017/1R followed by “Expression of Interest” for example.

“ABC Contractors SANRAL N.003-012-2017/1R Expression of Interest”

Within the email submission, please list the package description(s) your company is expressing its interest in for example.

  1. Erection of guardrails
  2. Landscaping

ACM/Expression 38x5