2025/01/17 11:00
Download | 69 |
---|---|
File Size | 44.44 MB |
File Count | 7 |
Create Date | December 13, 2024 |
Last Updated | April 22, 2025 |
Tender Notice: |
SUB-CONTRACT X.004-130-2024/1SS3 SUB-CONTRACT SANRAL X.004-130-2024/1SS3: CONSTRUCTON OF A CUT WIDENING AND ASSOCIATED ROAD WORKS ON R57 SECTION 1 BETWEEN KM 8.00 AND KM 8.40) ADVERT DATE: Friday, 13th December 2024 CLOSING DATE: FRIDAY, 17th JANUARY 2025 at 11:00 Damians Contractors (Pty) Ltd Civil invites experienced Contractors to a RFQ for SUB-CONTRACT SANRAL X.004-130-2024/1SS3: CONSTRUCTON OF A CUT WIDENING AND ASSOCIATED ROAD WORKS ON R57 SECTION 1 BETWEEN KM 8.00 AND KM 8.40) On behalf of the South African National Roads Agency. This project is in the province of the Free State and in the Thabo Mofutsanyana District Municipality. Preference is offered to prospective Bidders from the targeted area, namely South Africa as well as the CIDB grades and classes indicated as / where required. This RFQ will be evaluated in terms of functionality criterion and the price and preference points system and Company experience. Bidders who satisfy the following criteria are eligible to submit RFQs: a) Valid B-BBEE b) Registered on the National Treasury Central Supplier Database (CSD). c) Registered as “active” with the Construction Industry Development Board (CIDB) in the relevant contractor grade and class designation. d) Bidder’s Key personnel experience An award will only be made to preferred Bidders that are: a) Compliant with the Compensation for Occupational Injuries and Diseases Act (COID); and b) Tax Compliant. c) Registered with CIPC Submissions: The RFQ document and BOQ may be downloaded from the SANRAL website. All queries may be directed to imurivhami@gmail.com Contractors are required for the following subcontract package: Target area (for CIDB 7CE or Higher)
Note to Bidders: a) Damians Contractors (Pty) Ltd Civil will reserve the right to market related rates with the preferred Bidders if necessary. b) Bidders must specify the company’s address and CIDB Grade. c) The conditions of the Sub-Contract are based on the 2011 Version of FIDIC Conditions of Contract for Construction for Building and Engineering Works Designed by the Employer, together with the Particular Conditions of the Main Contract. Stage 1 – Functionality Note that no Targeted Enterprise may be prohibited from responding to the invitation to bid, however, preference shall be given to those Targeted Enterprises that adheres to the Targeted Enterprise Database criteria by means of a functionality evaluation. For this reason, “locality” and “CIDB grading and class” and “Company Experience” forms part of the functionality criteria and the biggest weighting shall be attached to these two criteria. Functionality is based on the following criteria: · Locality · CIDB Grade and Class · Company Experience Bidders must score a minimum number of points for functionality, i.e. 75/100 and bidders that do not obtain the threshold are not further evaluated. The minimum number of points or threshold shall be 75 points.
Stage 2 - Price & Preference Bidders who obtained the minimum threshold for functionality will be evaluated on their Price and Preference submissions, i.e., i. 80/20 preference point system for acquisition of goods and services for Rand value equal to or above R30 000 and up to R50 million The following formula will be used to calculate the points out of 80 for price: Ps =80(1-(Pt-Pm)/Pm) Where: Ps is the points scored for price of RFQ under consideration. Pt is the price of the RFQ under consideration; and Pm is the price of the lowest acceptable RFQ. Preference Points are based on a bidder’s B-BBEE status level of contributor measured in terms of the Broad-Based Black Economic Empowerment Act (B-BBEE, Act 53 of 2003), as amended and will be allocated according to the Preferential Procurement Regulations (2017) to the Preferential Procurement Policy Framework Act (PPPFA, Act 5 of 2000). Points awarded will be according to a bidder’s B-BBEE status level of contributor and summarized in the table below:
The highest scoring bidder shall be checked for eligibility. The Contractor shall award to the bidder the work package that has the most economic benefit to the Employer. Stage 3 – Eligibility Check. The final stage of the RFQ evaluation is the eligibility evaluation. Only the preferred bidders will be engaged, should any documentation verification and/or re- submission be required. The highest scoring bidder for each subcontract package will be evaluated for eligibility based on the following criteria: · Proof of the Bidders B-BBEE contributor level. · Proof that the Bidder is registered on National Treasury’s CSD. · Proof that the Bidder is tax compliant. · Proof that the Bidder is registered with the CIDB in the required grading and class (not applicable to suppliers). · Bidder’s Key personnel experience
The RFQ evaluation will be undertaken for a period of one week and further allowance has been made for engaging with the project management team (PMT) for the approval of the evaluation. CLARIFICATION MEETING There will be a non-compulsory clarification meeting will be held virtually on the 10th January 2025, 10h00. CLOSING TIME, COMPLETION AND DELIVERY OF RFQ Closing date on Friday, 17th January 2025 at 11:00 at SANRAL EASTERN REGION OFFICES. Location of RFQ box: The Reception Area SANRAL EASTERN REGION 58 Van Eck Place Mkondeni Pietermaritzburg 3212 Queries relating to issues arising from this document may be addressed to: Contact: Isaac Murivhami Company Name: Damians Cell No: 074 356 2402 e-mail: imurivhami@gmail.com
|
|||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Awarded To: | ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
BBBEE Points: | ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Full Points Awarded: | ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Approved Contract Amount: | ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Creation Date: | ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
last update: | ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Awarded On: | ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Contract Start Date: | ||||||||||||||||||||||||||||||||||||||||||||||||||||||||||
Contract Duration: |
Opening Time: | |
Consultant: | |
Estimate: | |
Tenders Opened by: | |
Tender Recorded by: | |
In Attendance: | |
Additional Notes: |
Tenderer's Name | Amount Tendered | Alt Tender | Notes |
Tsuamayo Civils Pty Ltd | R 36 268 565.55 | ||
Thahameso Inathi JV | R 19 833 123.28 | ||
Leano-Cush JV | R 22 049 898.20 | ||
Add Love R57 JV | R 38 972 844.03 | ||
Uluntu Developers GMK JV | R 24 816 951.07 | ||
Mayikemisetso (Pty) Ltd | R 36 880 269.50 | ||
Grace4 Trading and Projects (Pty) Ltd | R 32 903 586.22 | ||
Unity Construction | R 43 363 181.68 | ||