Eastern Region
Construction
Refer to full details:
CIDB Grade Refer to full details:
Eastern Region
Construction
Refer to full details:
CIDB Grade Refer to full details:
Closing Date
Project Number
N.001-156-2020/2R
B-BBEE Status
51% Black owned
Contract Description
Tau Pele Construction (Pty) Ltd invites tenders from experienced EME/QSE subcontractors / suppliers for Contract SANRAL N.001-156-2020/2R for the SPECIAL MAINTENANCE ON NATIONAL ROUTE 1, SECTION 16, FROM KM 12.84 TO KM 32.2 endorsed by The South African National Roads Agency SOC Limited (SANRAL). This project is in the province of Free State and in the Masilonyana Local Municipality and the Lejweleputswa District Municipality based on the target area for the packages.
Tender Notice

https://taupele.co.za/wp-content/uploads/2020/03/tau-pele_construction_logo_transparent-300x161.png

 

SUB-CONTRACTS FOR THE SPECIAL MAINTENANCE ON NATIONAL ROUTE 1, SECTION 16, FROM KM 12.84 TO KM 32.2

 

TENDER NOTICE

CLOSING DATE: 31 JULY 2024 AT 11:00

 

Tau Pele Construction (Pty) Ltd invites tenders from experienced EME/QSE subcontractors / suppliers for Contract SANRAL N.001-156-2020/2R for the SPECIAL MAINTENANCE ON NATIONAL ROUTE 1, SECTION 16, FROM KM 12.84 TO KM 32.2 endorsed by The South African National Roads Agency SOC Limited (SANRAL). This project is in the province of Free State and in the Masilonyana Local Municipality and the Lejweleputswa District Municipality based on the target area for the packages.

 

Subcontractors are required for the following subcontracts:

 

Works Package

Description

01A-DFS

Supply of Diesel Fuel to Site

02-SEC

Security on Site

03-CT

Provision and Maintenance of Portable Toilets

04-OHS

Occupational Medicals

05-TRAIN

Accredited Flagmen and OHS Training

06A-RRM

Routine Road Maintenance

06B-RRM

Routine Road Maintenance

07-TA

Accommodation of Traffic

08-DRCUL

Drains and Culverts

09-LOAD

Loading and Hauling Existing Road Materials

10-CSDS

Cement Supply, Delivery and Spreading

11A-PRIME

Prime Coat

11B-PRIME

Prime Coat

12-SCS

Standard Crack Sealing

13A-GCS to 13B-GCS

Geosynthetic Crack Sealing

13C-GCS

Geosynthetic Crack Sealing

14A-PATCH

Patching and Edge Break Repair

14B-PATCH

Patching and Edge Break Repair

15A-ASPH to 15B-ASPH

Asphalt Surfacing Rehabilitation

16A-FOG to 16B-FOG

Application of Fog Spray

22A-ASPHAUL to 22B-ASPHAUL

Supply and Haulage of Asphalt

 

The approximate duration is:

 

Works Package

Duration (months)

01A-DFS

Sixteen (16)

02-SEC

Sixteen (16)

03-CT

Sixteen (16)

04-OHS

Two (2)

05-TRAIN

Two (2)

06A-RRM

Five (5)

06B-RRM

Eight (8)

07-TA

Sixteen (16)

08-DRCUL

Eight (8)

09-LOAD

Eleven (11)

10-CSDS

Eleven (11)

11A-PRIME

Three (3)

11B-PRIME

Four (4)

12-SCS

Two (2)

13A-GCS to 13B-GCS

One (1) each

13C-GCS

Two (2)

14A-PATCH

Five (5)

14B-PATCH

Six (6)

15A-ASPH to 15B-ASPH

Six (6) each

16A-FOG to 16B-FOG

Two (2) each

22A-ASPHAUL to 22B-ASPHAUL

Two (2) each

 

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

01A-DFS

Not required

02-SEC

Not required

03-CT

Not required

04-OHS

Not required

05-TRAIN

Not required

06A-RRM

1CE

06B-RRM

2CE

07-TA

6CE

08-DRCUL

2CE

09-LOAD

Not required

10-CSDS

5CE

11A-PRIME

1CE

11B-PRIME

2CE

12-SCS

2CE

13A-GCS to 13B-GCS

1CE

13C-GCS

2CE

14A-PATCH

1CE

14B-PATCH

2CE

15A-ASPH to 15B-ASPH

3CE

16A-FOG to 16B-FOG

2CE

22A-ASPHAUL to 22B-ASPHAUL

Not required

 

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 Regulation 25(7A) of the Construction Industry Development Regulations, will 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.

 

Tenderers should take note that only one subcontract package shall be awarded to an entity at any one time for this project, meaning that a Targeted Enterprise may be awarded a work package and on conclusion thereof may be awarded a subsequent work package, but more than one work package may not be awarded simultaneously for this project.

 

If a tenderer tendered for more than one subcontract package and scored the highest points in more than one package, the Contractor shall award to the tenderer the work package that has the most economic benefit to the Employer.

 

SUBCONTRACT TENDER DOCUMENTS

 

Tender documents are available:

  • At no cost for collection in Hardcopy. The physical address for collection of tender documents is the Brandfort Community Hall where documents may be collected during the hours 09h00 to 16h00, from 11 to 12 July 2024.

 

TENDERERS’ BRIEFING AND TRAINING

 

A compulsory tender clarification briefing and training session(s) with representatives of the Contractor and Engineer will take place at Brandfort Community Hall on 16 July 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 l.khiba@taupele.co.za or +27 83 375 2396.

 

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 31 JULY 2024.

 

Only tender offers submitted in Hardcopy 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:

Lerato Khiba

E-mail:

l.khiba@taupele.co.za

 

PLEASE NOTE THAT NO LATE SUBMISSIONS WILL BE ACCEPTED!