Southern Region
Maintenance
1 CE - 2 CE - 3 CE - 4 CE
CIDB Grade 1 CE - 2 CE - 3 CE - 4 CE
Southern Region
Maintenance
1 CE - 2 CE - 3 CE - 4 CE
CIDB Grade 1 CE - 2 CE - 3 CE - 4 CE
Closing Date
Project Number
X.003-036-2019/1
B-BBEE Status
1 or 2
Contract Description
THE ROUTINE ROAD MAINTENANCE OF NATIONAL ROUTE N9 SECTION 3 (KM 37.08) TO SECTION 4 (KM 116.74) AND NATIONAL ROUTE R61 SECTION 1 (KM 74.02) TO (KM 147.08)
Tender Notice

TENDER NOTICE AND INVITATION TO TENDER (SBD1) 

MATCHABA DETOUE CONSTRUCTION (PTY) LTD invites tenders from experienced EME/QSE subcontractors for Contract SANRAL X.003-036-2019/1 FOR THE ROUTINE ROAD MAINTENANCE OF NATIONAL ROUTE N9 SECTION 3 (KM 37.08) TO SECTION 4 (KM 116.74) AND NATIONAL ROUTE R61 SECTION 1 (KM 74.02) TO (KM 147.08) on behalf of MATCHABA DETOUE CONSTRUCTION (PTY) LTD in accordance with the requirements of The South African National Roads Agency SOC Limited (SANRAL). This project is in target areas of Dr Beyers Naudé Local Municipality for 1 and 2 CEPE contractors. For the for 3 and 4 CEPE contractors the targeted area will be from the Dr Beyers Naudé Local Municipality to the Sarah Baartman District Municipality. 
 
Subcontractors are required for the following subcontracts packages: 

X.003-036-2019/1_SC1: General Routine Road Maintenance  

X.003-036-2019/1_SC2: General Routine Road Maintenance  

X.003-036-2019/1_SC3: General Routine Road Maintenance  

X.003-036-2019/1_SC4: General Routine Road Maintenance  

X.003-036-2019/1_SC5: General Routine Road Maintenance  

X.003-036-2019/1_SC6: General Routine Road Maintenance  

X.003-036-2019/1_SC7: General Routine Road Maintenance  

X.003-036-2019/1_SC8: General Routine Road Maintenance  

X.003-036-2019/1_SC9: General Routine Road Maintenance  

X.003-036-2019/1_SC10: General Routine Road Maintenance  

X.003-036-2019/1_SC11: General Routine Road Maintenance  

X.003-036-2019/1_SC12: General Routine Road Maintenance  

X.003-036-2019/1_SC13: General Routine Road Maintenance  

X.003-036-2019/1_SC14: General Routine Road Maintenance

The approximate duration is 12 months with possibility of extension for 3 and 4 CEPE contractors. 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 4.1.1 of the Tender Data will be considered. 
 
Only tenderers who meet the minimum functionality score as stated in clause 5.11.9 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 
X.003-036-2019/1-SC1  1-2  CE 
X.003-036-2019/1-SC2  1-2  CE 
X.003-036-2019/1-SC3 1-2  CE 
X.003-036-2019/1-SC4  1-2  CE 
X.003-036-2019/1-SC5  1-2  CE 
X.003-036-2019/1-SC6  1-2  CE 
X.003-036-2019/1-SC7  1-2  CE 
X.003-036-2019/1-SC8 1-2  CE 
X.003-036-2019/1-SC9  1-2  CE 
X.003-036-2019/1-SC10  1-2  CE 
X.003-036-2019/1-SC11  3-4  CE 
X.003-036-2019/1-SC12  3-4  CE 
X.003-036-2019/1-SC13  3-4  CE 
X.003-036-2019/1-SC14  3-4  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. Only locally produced or locally manufactured products and components for construction with a stipulated minimum threshold for local content and production as stated in the Tender Data will be considered. 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 are available at no cost in electronic format on CD at the clarification meeting. Tenderers must have access to Microsoft Office © 2013 and Acrobat Adobe © 9.0, or similar compatible software. Tenderers must RSVP, via email (mdt.n9sa@gmail.com) of their Intention to attend the tender briefing meeting by NO LATER THAN 16:00 on 9 February 2022. Failure to RSVP might result in the tenderer possibly not being allotted a slot for the compulsory clarification meeting which may result in the tenderer being non-responsive. Tender documents will be available at the tender meeting. 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 sessions with representatives of the Project Management Team will take place at Aberdeen library hall on 10 February 2022 at 10:00 am for 1-2 CE contractors and 14:00 for 3-4 CE contractors .Tenderers to attend compulsory meeting and sign A1 form. 
 
Tenders submitted 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 12:00 on 1 March 2022 at MDT site office in Aberdeen, 40 Grey Street.

Late submissions will not be accepted. 

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:  Mr. NJ DU TOIT 
Tel No:  083 342 6550 
E-mail:  njdutoit.mdt@gmail.com