Western Region
Construction
N/A
CIDB Grade N/A
Western Region
Construction
N/A
CIDB Grade N/A
Closing Date
Project Number
SANRAL N.001-100-2019/1
B-BBEE Status
51% Black ownership and is an EME or QSE or Cooperative
Contract Description
FOR THE SPECIAL MAINTENANCE ON NATIONAL ROUTE N1 SECTION 10 FROM RICHMOND (km 0.0) TO KANTFONTEIN (km 19.55) endorsed by The South African National Roads Agency SOC Limited (SANRAL). This project is located in the province of Northern Cape under Ubuntu Local Municipality in the Pixley ka Seme District Municipality.
Tender Notice

TENDER NOTICE AND INVITATION TO TENDER (Incorporating SBD1)

Roadspan Surfaces (Pty) Ltd invites tenders from experienced EME/QSE subcontractors and service providers for Contract SANRAL N.001-100-2019/1 FOR THE SPECIAL MAINTENANCE ON NATIONAL ROUTE N1 SECTION 10 FROM RICHMOND (km 0.0) TO KANTFONTEIN (km 19.55) endorsed by The South African National Roads Agency SOC Limited (SANRAL). This project is located in the province of Northern Cape under Ubuntu Local Municipality in the Pixley ka Seme District Municipality.

Subcontractors and service providers are required for the following Packages:

  • N.001-100-2019/1-SC1 : for TRAFFIC ACCOMMODATION
  • N.001-100-2019/1-SC2 : for VARIOUS PLANT HIRE
  • N.001-100-2019/1-SC3 : for CLEANING SERVICES FOR OFFICE AND SINGLE QUARTERS
  • N.001-100-2019/1-SC4 : for LABOUR TRANSPORTATION
  • N.001-100-2019/1-SC5 : for SECURITY
  • N.001-100-2019/1-SC11: for HAULAGE OF AGGREGATES
  • N.001-100-2019/1-SC16: for SUPPLY OF DIESEL
  • N.001-100-2019/1-SC17: for CEMENT (CEM II 32.5N)
  • N.001-100-2019/1-SC18: for SUPPLY OF TOILETS AND SEWER DRAINAGE SERVICES

The approximate duration is between 3 to 8 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 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
N.001-100-2019/1-SC1 NO CIDB REQUIRED
N.001-100-2019/1-SC2N 3 CE – 4 CE
N.001-100-2019/1-SC3 NO CIDB REQUIRED
N.001-100-2019/1-SC4 NO CIDB REQUIRED
N.001-100-2019/1-SC11 NO CIDB REQUIRED
N.001-100-2019/1-SC16 NO CIDB REQUIRED
N.001-100-2019/1-SC17 NO CIDB REQUIRED
N.001-100-2019/1-SC18 NO CIDB REQUIRED

The following Package needs to be registered with Private Security Industry Regulatory Authority (PSIRA): N.001-100-2019/1-SC5.

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 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: - At no cost for collection in Hardcopy.The physical address for collection of tender documents will be at Loop Street, Richmond, Ubuntu Municipality Town Hall, where documents may be collected during the hours 11h00 to 13h00 on the 08th of May 2023, after the clarification briefing meeting.

TENDERERS’ BRIEFING AND TRAINING

A compulsory tender clarification briefing and training session(s) with representatives of the Contractor and Engineer will take place at Loop Street, Richmond, Ubuntu Municipality Town Hall. Prospective tenderers must pre-book via email provided below 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 email address rsrichmond.tenders@gmail.com (ONLY DURING WORKING HOURS 07h00 – 17h00) and the following details are to be specified:

1. Company Name

2. Full Name and Surname of the Company representative

3. Identity Document Number

4. Contact Number

5. Email Address

6. Work package/s for which tenderer intends to submit a tender/s

The abovementioned information is required to share the standard operating procedures for the information briefing meeting. Deadline for pre-booking is the 03rd of May 2023 at 12H00 noon, this is to allow the contractors team to prepare venue and documentation required for the clarification briefing session.

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

Only tender offers submitted in Hardcopy / electronic format on CD 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. The Tender Documentation for all packages in this Tender Notice shall reach the stipulated address no later than 11h00 on 22nd May 2023.

Queries relating to issues arising from the tenderer’s clarification briefing documents may be addressed to the following:

Enquiries
Contact person Monte Meyer
Fax no N/A
E-mail rsrichmond.tenders@gmail.com