Western Region
Construction
1&2 SK/CE and 1&4 SK/CE
CIDB Grade 1&2 SK/CE and 1&4 SK/CE
Western Region
Construction
1&2 SK/CE and 1&4 SK/CE
CIDB Grade 1&2 SK/CE and 1&4 SK/CE
Closing Date
Project Number
SUBCONTRACT X.005-026-2020/1/WP2-RFQ
B-BBEE Status
51% Black owned, EME/EME start up or QSE.
Contract Description
ROAD MARKING OF THE NORTHERN CAPE NATIONAL ROAD NETWORK - WORK PACKAGE 2
Tender Notice

CLOSING DATE: THURSDAY 06th May 2022 AT 11:00

RAINBOW CIVILS & LOURENS ROAD MARKING invites tenders from experienced EME/QSE subcontractors for Contract SANRAL X.005-026-2020/1/WP2 FOR THE ROAD MARKING OF THE NORTHERN CAPE NATIONAL ROAD NETWORK - WORK PACKAGE 2 on behalf of Rainbow Civils & Lourens Road Marking in accordance with the requirements of The South African National Roads Agency SOC Limited (SANRAL). This project is in the province of Northern Cape in the district municipality of ZF Mgcawu, Pixley Ka Seme, Frances Baard and local municipality of Dawid Kruiper, Thembelihle, Emthanjeni, Ubuntu, Sol Plaatje, Siyancuma and !Kheis.

Subcontractors are required for the following subcontracts:

X.005-026-2020/1/WP2-RFQ 1

Establishment and Maintenance of Contractor’s Camp Site

X.005-026-2020/1/WP2-RFQ 2

Catering and Accommodation of Contractor’s Site Teams

X.005-026-2020/1/WP2-RFQ 3

Security Services for Contractor’s Site Team A

X.005-026-2020/1/WP2-RFQ 4

Security Services for Contractor’s Site Team B

X.005-026-2020/1/WP2-RFQ 5

Transport Service for Materials

X.005-026-2020/1/WP2-RFQ 6

Traffic Accommodation Team A

X.005-026-2020/1/WP2-RFQ 7

Traffic Accommodation Team B

X.005-026-2020/1/WP2-RFQ 8

Road Markings

X.005-026-2020/1/WP2-RFQ 9

Road Markings

X.005-026-2020/1/WP2-RFQ 10

Road Studs

X.005-026-2020/1/WP2-RFQ 11

Road Studs

X.005-026-2020/1/WP2-RFQ 12

Road Studs

X.005-026-2020/1/WP2-RFQ 13

Road Studs

X.005-026-2020/1/WP2-RFQ 14

Road Studs

X.005-026-2020/1/WP2-RFQ 15

Fuel Supply Teams

The approximate duration is 5 months for the above-mentioned packages.

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, and who are registered on the National Treasury Central Supplier Database at the tender closing date; and meet the stipulated minimum threshold for local content and production as stated in the Tender Data 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

Documents required

X.005-026-2020/1/WP2-RFQ 1

CSD

X.005-026-2020/1/WP2-RFQ 2

CSD

X.005-026-2020/1/WP2-RFQ 3

CSD

X.005-026-2020/1/WP2-RFQ 4

CSD

X.005-026-2020/1/WP2-RFQ 5

CSD

X.005-026-2020/1/WP2-RFQ 6

1&2 SK/CE

X.005-026-2020/1/WP2-RFQ 7

1&2 SK/CE

X.005-026-2020/1/WP2-RFQ 8

1&4 SK/CE

X.005-026-2020/1/WP2-RFQ 9

1&4 SK/CE

X.005-026-2020/1/WP2-RFQ 10

1&4 SK/CE

X.005-026-2020/1/WP2-RFQ 11

1&4 SK/CE

X.005-026-2020/1/WP2-RFQ 12

1&4 SK/CE

X.005-026-2020/1/WP2-RFQ 13

1&4 SK/CE

X.005-026-2020/1/WP2-RFQ 14

1&4 SK/CE

X.005-026-2020/1/WP2-RFQ 15

CSD

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 with the National Treasury’s Central Suppliers Database and 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 and are to be requested by emailing requests to X.005.026.2020WP2@gmail.com. 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 Rainbow Civils & Lourens Road Marking site office, 13A Willis Street, Hopetown, 053, where tender documents may be collected from Monday, 28 March 2022 during the hours 09:00 to 16:00 (Monday to Friday). Tenderers are to schedule an appointment for the collection of documents by contacting X.005.026.2020WP2@gmail.com

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 tenderer’s clarification briefing presentation is available with the tender document.

Tenderers must submit, via email X.005.026.2020WP2@gmail.com, their Intention to tender NO LATER than Friday, 01 April 2022. Failure to RSVP would result in the tenderer not receiving addenda or additional issued information and may result in the tenderer being non-responsive.

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 Friday 06 May 2022 at 13A Willis Street, Hopetown, 053.

Telegraphic, telephonic, telex, email, facsimile and late tenders will not be accepted.

Tenders may only be submitted in the format as stated in the Tender Data.

Requirements for completing, sealing, 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:

Maemo Radikara

Tel No:

081 543 7331

E-mail:

X.005.026.2020WP2@gmail.com