2024/03/22 11:00
Download | 173 |
---|---|
File Size | 27.90 MB |
File Count | 7 |
Create Date | February 16, 2024 |
Last Updated | April 28, 2025 |
Tender Notice: |
T1.1 TENDER NOTICE AND INVITATION TO TENDER (Incorporating SBD1) The South African National Roads Agency SOC Limited (SANRAL) invites tenders for Contract SANRAL N.014-058-2023/1R FOR THE ROUTINE ROAD MAINTENANCE OF NATIONAL ROUTE N14 SECTION 5 TO 8 FROM ZONDERHUIS (KM 61.11) TO NORTHERN CAPE/NORTHWEST (KM 54.57). This project is in the province of Northern Cape and in the District Municipalities ZF Mgcawu and John Taolo Gaetsewe. The approximate duration is 60 months. CIDB Regulation 25 (1B) will be applicable to this contract.
Only tenderers who are registered on the National Treasury Central Supplier Database as stated in the Tender Data C.2.1.1, are eligible to tender.
It is a requirement of this project that the successful tenderer subcontract a minimum of 30 percent (30 %) or higher of the work by the end of the contract to Targeted Enterprise(s) as defined in the Contract Data.
It is estimated that tenderers should have a CIDB contractor grading designation of 7CE or higher, however, tenderers attention is drawn to clause C.2.1 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(1B) the Construction Industry Development Regulations, will not be accepted.
TENDER DOCUMENTS
Tender documents are available from Friday, 16 February 2024 at no cost in electronic format downloaded from the SANRAL’s website by the following link: https://www.nra.co.za/sanral-tenders/status?region_id=western
Tenderers must have access to MS Office ©2013 and Acrobat Adobe ©9.0, or similar compatible software.
Tenderers must submit, via email, the duly completed Form A1.1 Certificate of Intention to Submit a Tender prior to Friday, 23 February 2024. Failure to submit this certificate would result in the tenderer not receiving addenda or additional issued information and may result in the tenderer being non-responsive, if “any material amendment/s” contained in the addenda or additional information is not included in the tender offer/submission.
TENDERER’S MEETING
Compulsory clarification meeting (In-person)
A compulsory clarification briefing meeting will be held at SANRAL WR Offices, 1 Havenga Street, Bellville, 7530 on Tuesday 27 February 2024 at 10h00. Tenderers must pre-book for attendance at the clarification briefing meeting. Due to restrictions on numbers of attendees, only one representative per tenderer/company can attend the briefing meeting. A request to attend the clarification briefing meeting must be sent to procurementwr7@sanral.co.za
Late arrivals will not be allowed to participate in the meeting and their submissions shall be declared non-responsive. A tenderer’s representative cannot represent more than one tenderer at the tender briefing meeting.
CLOSING TIME, COMPLETION AND DELIVERY OF TENDERS
CLOSING DATE (AT 11h00): Friday, 22 March 2024.
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 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:
E-mail: procurementwr7@sanral.co.za |
Awarded To: | BCB Solutions (Pty) Ltd |
BBBEE Points: | 10 |
Full Points Awarded: | 100 |
Approved Contract Amount: | R156 410 142.34 |
Creation Date: | |
last update: | 28 October 2024 |
Awarded On: | 11 October 2024 |
Contract Start Date: | |
Contract Duration: | 60 Months |
Opening Time: | |
Consultant: | |
Estimate: | |
Tenders Opened by: | |
Tender Recorded by: | |
In Attendance: | |
Additional Notes: |
Tenderer's Name | Amount Tendered | Alt Tender | Notes |
1. Mpfumelelo Landelane JV | R251 133 278.60 | B-BBEE Level 1 | |
2. Botle Ba Afrika Roads (Pty) Ltd | R174 278 129.43 | B-BBEE Level 1 | |
3. BT Construction | R162 771 543.38 | B-BBEE Level 1 | |
4. Ultramatix Twelve CC | R168 426 939.92 | B-BBEE Level 1 | |
5. Barleda 232 cc T/a Barleda Plant Civils | R166 183 004.43 | B-BBEE Level 1 | |
6. Abangani Projects | R162 771 543.38 | B-BBEE Level 1 | |
7. Zamuvuka Construction | R172 837 008.36 | B-BBEE Level 1 | |
8. WRR Master Specialists & Civil (Pty) Ltd | R199 833 250.17 | B-BBEE Level 1 | |
9. Moriel Infrastructure Group (Pty) Ltd | R291 855 262.75 | B-BBEE Level 1 | |
10. BCB Solutions (Pty) Ltd | R156 410 142.34 | B-BBEE Level 1 | |
11. VEA Road Maintenance & Civils (Pty) Ltd | R167 462 751.89 | B-BBEE Level 1 | |
12. Holobye Trading 2 (Pty) Ltd | R205 330 252.61 | B-BBEE Level 1 | |
13. Penny-Farthing Engineering SA (Pty) Ltd | R196 327 718.25 | B-BBEE Level 1 | |
14. Razzmatazz Civil (Pty) Ltd | R169 524 058.46 | B-BBEE Level 1 | |
15. Thahameso JV | R183 394 735.59 | B-BBEE Level 2 | |
16. QTC Civils (Pty) Ltd | R193 785 080.47 | B-BBEE Level 1 | |
17. Ndoko Projects (Pty) Ltd | R172 941 064.03 | B-BBEE Level 1 | |
18. PJ Onderhoudsdiens (Pty) Ltd | R166 124 537.86 | B-BBEE Level 2 | |