Western Region
Maintenance
3 CE or higher
CIDB Grade 3 CE or higher
Western Region
Maintenance
3 CE or higher
CIDB Grade 3 CE or higher
Closing Date
Project Number
N.002-080-2021/1-SC03
B-BBEE Status
51% Black owned EME, QSE or cooperative
Contract Description
FOR TRAFFIC ACCOMMODATION & PERMANENT ROAD SIGNS (SECTION C1.5 AND C11.6) UNDER CONTRACT SANRAL N.002-080-2021/1 THE PERIODIC MAINTENANCE (RESURFACING) ON NATIONAL ROUTE 2 SECTION 8 BETWEEN GOUKAMMA RIVER AND HARKERVILLE (km 16.7 to km 22.3 and km 31.6 to km 47.2)
Tender Notice

MARTIN & EAST (PTY) LTD

SUBCONTRACT NO. SANRAL N.002-080-2021/1-SC03

FOR TRAFFIC ACCOMMODATION & PERMANENT ROAD SIGNS (SECTION C1.5 AND C11.6)

UNDER CONTRACT SANRAL N.002-080-2021/1

THE PERIODIC MAINTENANCE (RESURFACING) ON NATIONAL ROUTE 2 SECTION 8 BETWEEN GOUKAMMA RIVER AND HARKERVILLE (km 16.7 to km 22.3 and km 31.6 to km 47.2)

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

MARTIN & EAST (PTY) LTD invites tenders from experienced EME/QSE subcontractors for Contract SANRAL N.002-080-2021/1 FOR THE PERIODIC MAINTENANCE (RESURFACING) ON NATIONAL ROUTE 2 SECTION 8 BETWEEN GOUKAMMA RIVER AND HARKERVILLE (km 16.7 to km 22.3 and km 31.6 to km 47.2) endorsed by The South African National Roads Agency SOC Limited (SANRAL). This project is in the province of the Western Cape and in the Knysna and Bitou Local Municipal areas within the Garden Route District Municipality.

Subcontractors are required for the following subcontract:

SANRAL N.002-080-2021/1-SC03 for TRAFFIC ACCOMMODATION & PERMANENT ROAD SIGNS (SECTION C1.5 AND C11.6).

The approximate duration is 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 of 3 CE or higher, however tenderers attention is drawn to clause C.3.11 of the Tender Data 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(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 from Friday, 19 January 2024 :

  • At no cost in electronic format to be downloaded from the Martin & East Dropbox folder by the following link:

https://www.dropbox.com/scl/fo/ddkibwt2y24gfw1fynvo5/h?rlkey=m8gzbgvestmidua9fncrieumx&dl=0

  • Tenderers must have access to Microsoft Office © 2013 and Acrobat Adobe © 9.0, or similar compatible software, or
  • At no cost for collection in electronic format on USB device (Tenderers to provide their own USB device). 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 Helpdesk / Site Offices which is located near the Harkerville Sasol Fuel Station on the N2, between Knysna and Plettenberg bay, in the Western Cape (GPS coordinates: -34.036111, 23.229444), where documents may be collected during the hours 09h00 to 16h00 (Monday to Friday), from 19 January 2024.
  • Prospective tenderers who cannot access the information by use of the Dropbox link or on the USB device must pre-book for access to a computer workstation on site on a specific day and time. A request for access to a computer workstation is to be sent to the following address Harkervilletenders@megroup.co.za.

TENDERERS’ BRIEFING AND TRAINING

A compulsory tender clarification briefing and training session(s) with representatives of the Contractor and Engineer will take place at the Chris Hani Hall, Knysna, on Monday 29 January 2024 at 10:00. Prospective tenderers must pre-book 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 address Harkervilletenders@megroup.co.za . 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

The closing time for receipt of tenders is 11:00 on Friday, 09 February 2024.

Only tender offers submitted in a combination of Hardcopy and electronic format on USB 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.

Queries relating to issues arising from the tenderer’s clarification briefing presentation / video or these documents may be addressed to the following:

 

Enquiries

Contact Person:

Jason Naidoo

E-mail:

Harkervilletenders@megroup.co.za