Skip to main content
Re- advertisement FTM/T45/24/25Construction12 Days Remaining

Appointment of a contractor - Fetakgomo Tubatse

Issuing Organization

Unknown

Location

Mpumalanga

Closing Date

29 Jan 2026

View Full Details & ApplyBack to All Tenders
Share:
At a Glance

Tender Type

Request for Bid(Open-Tender)

Delivery Location

1 Kastania Street - Burgersfort - Burgersfort - 1150

Published

11 Dec 2025

Tender Description
Appointment of a contractor for installation of civil Engineering services: Roads and stormwater at new Mashifane Park, Contract A2
Industry Classification

Categories

Procurement Type

Request for Bid(Open-Tender)

Delivery Location

1 Kastania Street - Burgersfort - Burgersfort - 1150

Requirements & Eligibility
Analysis: RE-ADV~2.PDF

Submission Guidelines

Returnable Documents:

Technical Specifications

APPOINTMENT OF A SERVICE PROVIDER FOR INSTALLATION OF CIVIL ENGINEERING SERVICES: ROADS AND STORMWATER AT NEW MASHIFANE PARK – CONTRACT A2 i. Employer’s Objectives The Employer’s objectives are to deliver complete civil Engineering services for Phase 2 and Phase 3 of the Mashifane Park Township. The main objective of the project is to provide a learning opportunity to local SMME contractors. The SMMEs will carry out approximately 30% of the works under the management and guidance of an established contractor who will be responsible for the overall works. The established contractor will be referred to as the Main Contractor. The Main Contractor will be completing the tender document and is required to consult any of the identified local SMME contractors from the list that will be provided. It is expected of the Main Contractor to select his preferred SMMEs through the proper channels, consult and agree with them, the tender pricing, and contractual requirements prior to carrying out the works. The Bill of Quantities (BOQ) will be divided into four sections as per the scope of works, to allow for pricing per SMME per section of works and pricing for the Main Contractor. It shall be noted that on each summary page of the sub-sections, space is provided for the Main Contractor to provide a price for the management and supervision of the SMME per section. Provision has also been made for the Main Contractor to complete a P&G cost in the BOQ related to the management of the project as indicated in the BOQ and the SMME also has a P&G cost to be completed in the BOQ related to performing the work. The Main Contractor will provide the necessary guarantees and other documents as specified in the tender document and is required to ensure that the necessary quality control of the works is achieved. OHS is also required on site as specified in this document. ii. Overview Of the Works This contract consists of work within the Mashifane Park Township as per drawing provided. a. The contractor shall provide for the supply of all labour, materials and plant necessary for the construction of the Roads and Stormwater Network and Ancillary Works allocated to the Contractor during the contract period. b. The Tenderer must anticipate that the work to be allocated for the Contract will cover a variety of traffic, working and ground conditions. The items of work included in this contract consist of the following: I. The barricading of the works including all traffic signs and required protective measures. II. Trench excavations for drains, stormwater pipes and associated structures. III. Laying and bedding of concrete, Pvc ,Hdpe and slotted subsoil drainpipes, where needed. IV. Backfilling of trenches and restoration of ground surfaces on completion. V. Construction manhole structures, kerb inlets with concrete, precast concrete and / or brick walls VI. The formation and construction of road layer works. VII. Stabilization of natural materials for road layers. VIII. Installation of pre-cast concrete kerbs. IX. Placing of asphalt X. Installation of pavers XI. Road markings XII. Construction of pedestrian sidewalks. XIII. Construction of speedhumps XIV. Installation of signage XV. Installation of sleeves of future services RESPONSIVENESS AND EVALUATION The following evaluation process and criteria will be used to evaluate all bids submitted: All bids received shall be evaluated in terms of Municipal Supply Chain Management Regulations, Fetakgomo Tubatse Local Municipality Supply Chain Management Policy, The Preferential Procurement Regulations, 2022, and other applicable legislation. The evaluation criteria consist of the following 3 phases: Phase 1 – Administrative compliance Phase 2 – Functionality Phase 3 – Pricing and Specific Goals Bids must meet the requirements of each phase in order to qualify for further evaluation. Bids that do not meet the requirements of a particular phase will be disqualified 1. Administrative Compliance – Phase one The following evaluation process and criteria will be used to evaluate all bids submitted: 1.1 All bids duly lodged will be examined to determine compliance with bidding requirements and conditions. Bids with obvious deviations from the requirements/conditions, will be eliminated from further evaluation. 1.2 Critical Criteria: The following critical criteria have been identified for this bid and any non-compliance thereto will lead to the bid being regarded as non-responsive and disqualified from further evaluation on functionality. Bidders will be required to submit the following documents and other `administrative compliance requirements as follows: • Company Registration Document (CK) (If JV, for both) must be attached. • All pages of the tender document, drawings and General Condition of the Contract (GCC) must be initialled • Compliant tax status (the Municipality will generate a CSD report during evaluation of the bids to confirm the tax status). • Form of offer must be completed and signed • Form of offer must be completed in figures and words • All attached MBD forms must be completed in full and signed. • False or incorrect declaration on any of the MBD forms or tender document will result in disqualification • Bill of quantities and tender document to be filled in black ink • Authority of signatory, signed by all directors/members/shareholders of company/business/ JV, (a letter showing who is authorised to sign the documents) • JV agreement submitted (Where applicable) • Joint Venture agreement, where applicable, the lead partner must have at least 51% or above shares in the company • Proof of registration with CIDB attached (in case of Joint Venture both individuals and combined CIDB must be attached) of Grade 8CE • Submission of Municipal rates and taxes or municipal service invoice issued to the bidder and all directors, by any other municipality or municipal entity. The rates and taxes charges must not be in arrears for more than three months (90 days) for both the bidding company & its directors: i. If staying in a non-rate-able area, please attach letter from the Tribal Authority / Chief or Headman / Sworn Affidavit ii. If you are renting, attach a copy of a valid signed lease agreement. iii. If the business is operating at the director’s residence, a Sworn Affidavit must be attached stating such. • Certified ID copies of directors/shareholders/members to be attached. • Price amendment without signature will amount to disqualification (Initial / sign all alterations in the BOQ) NB: All copies must be certified, the certification must not be older than 6 months of the closing date. NB: The Municipality reserves the right to verify all submitted documentations NB: Bidders who fail to comply with either or all of the above mentioned requirements shall be automatically disqualified. 2. Functionality – Phase two The quality criteria and maximum score in respect of each of the criteria are as follows The bidders who complied administratively are considered for further evaluation on ability to execute the project. The assessment of functionality will be done in terms of the evaluation criteria and minimum threshold as specified. A bid will be disqualified if it fails to meet the minimum threshold for functionality as per the bid invitation. TECHNICAL EVALUATION CRITERIA Item Criterion Weighting Demonstrate relevant Company experience and records 30 Financial Viability 3 Qualifications and experience of the dedicated project Team / individuals List of Plant TOTAL NB: The minimum cut off points for functionality is 70 points out of 100 points and any bidder scoring less than 70 points will not be considered for further evaluation. Tenderers to submit required information as stated below. Non submission will result in loss of points. Service Providers that qualified pre-evaluation in terms of the functionality cut-off points of 70 points will then be evaluated in terms 90/10 preference point system. No Description points Max Points allocation 1 Demonstrate 30 The bidder or JV should demonstrate their Civil Engineering relevant Company Experience, through the submission corresponding experience and appointment letters and completion certificates of relevant records projects within the last ten (10) years of combined minimum of R30 Million. • Successful Execution of Roads and stormwater projects Attach 3 to 5 appointment letters and corresponding completion certificates - 30 points. • Successful Execution of Roads and stormwater projects Attach 2 to 3 appointment letters and corresponding completion certificates – 20 points • Successful Execution of Roads and stormwater projects Attach 1 appointment letters and corresponding completion certificates – 10 points Compulsory Attachment of appointment letters and completion certificates. NB: Copies of completion certificate or appointment letter must have contactable references (email and phone number) and contract amount. The Municipality reserves the right to validate the attachments. 2 Financial Viability 25 FINANCIAL VIABILITY 1. Financial guarantee letter of intent of R 20million - 25 points 2. Financial guarantee letter of intent between R16 million to 19 million - 20 points 3. Financial guarantee letter of intent between R 10million to R 15 million - 15 points 4. Financial guarantee letter of intent between R 5 million to R9 million - 10 points The Municipality reserves the right to validate the attachments. 3 Qualifications and 25 • Contract Manager with 5 years’ relevant Experience in experience of the Civil Engineering and Project Management. Must have a dedicated project Degree / B Tech in civil Eng and be registered as a Team / individuals professional with ECSA/PMP/SACPCMP. – 10 Points • Site Manager with 5 years’ relevant Experience in Civil Engineering. Must have a National Diploma in Civil Eng and be registered as a candidate with ECSA/PMP/SACPCMP. – 5 Points • General Foreman with 5 years’ relevant Experience in Construction with NQF Level 6 in Civil Eng – 5 Points • Safety Officer with 5 years’ relevant Experience in OHS, National Diploma (NQF Level 6). Intro to Samtrac or equivalent accredited OHS Certificate. – 5 Points (Attach detailed CV, Certified ID Copy/Passport (workpermit to accompany Passport were applicable) and Proofof Certified Qualifications. Bidders who submit Uncertified documents will result in zero score) NB: Foreign qualification should be accompanied by certificate of SAQA (South African Qualifications Authority). 4 List of Plant 20 Plant Points(owned) Points(leased) 2x Excavators 5 2.5 Water Tanker 16 000L 3 1.5 5X 10m3 Tipper Trucks 2 1 2X Rollers 3 1.5 2X TLBs 2 1 Grader 5 2.5 Bidders must submit proof of ownership / lease agreement of Plant. Bidder who leases plant must submit valid lease agreement signed by both parties in case of hiring with proof of ownership of lesser. NB: No attachments of the mentioned above documents will results in zero score and no letter of intent will be accepted. The Municipality reserves the right to validate the attachments. Total 100 Threshold 70 Tenders that do not meet this threshold will be disqualified. Note: The Municipality has the right to verify the validity of the supporting documents The bidder must obtain a minimum score of 70% of points allocated for functionality to qualify for further evaluation on price and Specific goal. The bidders who score less than 70% on functionality will be disqualified. NOTE: For the purpose of comparison and in order to ensure a meaningful evaluation, bidders must submit detailed information in substantiation of compliance to the evaluation criteria mentioned (e.g. details of relevant previous work undertaken, letters from previous /current clients. etc.) Minimum Required Score for functionality is: 70 points Note: A bidder/s that scores less than 70 points out of 100 in respect of functionality will be regarded as submitting a non-responsive bid and will be disqualified. Should the relevant bidder/s meet the minimum required percentage or minimum points, they will be evaluated in terms of price and preference as per the PPPFA Act, No. and its associated Regulations issued by the National Treasury. Bidders should note that although the above are the main criteria, the FTLM may consider other factors when evaluating BIDs and those factors will be discussed with the successful bidder(s) and may not disadvantage any bidder. Final Proposal will be evaluated on the basis of the PPPFA 90/10 point system as presented in the Preferential Procurement Regulations 2022. The 90/10 point system will be as follows: 3. Pricing and Specific Goals – Phase Three All bids received shall be evaluated in terms of the Supply Chain Management Regulations, Fetakgomo Tubatse Local Municipality Supply Chain Management Policy, the Preferential Procurement Policy Framework Act, amended PPR 2022 and other applicable legislations. Phase Three. Evaluation on price and specific goals, of APPOINTMENT OF A SERVICE PROVIDER FOR INSTALLATION OF CIVIL ENGINEERING SERVICES: ROADS AND STORMWATER AT NEW MASHIFANE PARK – CONTRACT A2 will be evaluated on 90/10 preference point system, where: Evaluation Criteria Points 1. Price 90 2. Preference point (Special goals) 10 3. Total 100 • Price = Price per bill of quantities below • Specific goal = Location as per the table below Local area of supplier Means of verification Number of Points for Preference Nationally with the RSA Address on CK Document or 10 Municipal Rates PRICE – BILL OF QUANTITIES SEE ATTACHED – ANNEXURE J ANNEXURE A MBD 3.1 PRICING SCHEDULE – FIRM PRICES (PURCHASES) NOTE: ONLY FIRM PRICES WILL BE ACCEPTED. NON-FIRM PRICES (INCLUDING PRICES SUBJECT TO RATES OF EXCHANGE VARIATIONS) WILL NOT BE CONSIDERED IN CASES WHERE DIFFERENT DELIVERY POINTS INFLUENCE THE PRICING, A SEPARATE PRICING SCHEDULE MUST BE SUBMITTED FOR EACH DELIVERY POINT Name of Bidder... ..................................................... Bid Number FTM/T45/24/25

Compliance Requirements

No specific requirements found B-BBEE Minimum Level: 6
Tender Documents (1)

RE-ADV~2.PDF

View

To download these documents and access AI-powered analysis, visit the main tender page.

Discussion