This is a re-advertisement for a panel of water treatment chemical suppliers for Lepelle Northern Water (LNW) operated water and wastewater plants for a period of five years. The closing date for bids is May 5, 2026, at 11:00 AM. The scope of work includes the supply and delivery of various water treatment chemicals such as lime, sodium hypochlorite, calcium hypochlorite, flocculants, activated carbon, hydrochloric acid, sodium chlorite, bioremediation solutions, and sodium hydroxide. Bidders must ensure their tax compliance and submit original tax clearance certificates. The evaluation will be based on mandatory requirements, functionality, and a 80/20 preferential points system. Bidders are required to submit flocculant samples with their tender documents. The contract period is 60 months. LNW reserves the right to appoint multiple suppliers to the panel and to use them on a rotational basis. Bidders must also comply with National Industrial Participation (NIP) Programme requirements if applicable.
The bid response documents must be deposited in the bid box by the stipulated time, which is 11:00 AM on May 5, 2026. Late bids will not be accepted.
The bid notice does not explicitly state the payment terms. However, the General Conditions of Contract (GCC) July **** indicate that payments shall be made promptly by the purchaser, but in no case later than thirty 30 days after submission of an invoice or claim by the supplier.
The bid notice does not explicitly state the warranty period. However, the General Conditions of Contract (GCC) July **** mention that the warranty shall remain valid for twelve 12 months after the goods have been delivered and accepted, or for eighteen 18 months after the date of shipment, whichever period concludes earlier, unless specified otherwise in the SCC.
The bid will be evaluated and adjudicated according to the following criteria: relevant specifications, value for money, capability to execute the contract, LNW SCM policy, and PPPFA associated regulations. A preferential points system will be used, with a 80/20 split for price and specific goals.
Bidders must meet mandatory requirements, achieve a minimum of **** points on functionality, and comply with all terms and conditions stipulated in the tender documents. Specific mandatory requirements include product certification (NSF and product listing for flocculants, ISO **** for manufacturer), completion of bid documents, submission of a Certificate of Analysis (COA) for flocculants and bioremediation, full completion and signing of SBD 3. 1 and SBD 4, company registration documents, certified ID copies of shareholders/directors, proof of registration on the Central Suppliers Database (CSD), and a letter of good standing for COIDA registration.
The bid notice does not explicitly detail penalties. However, the General Conditions of Contract (GCC) July **** state that if the supplier fails to deliver any or all of the goods or perform services within the specified periods, the purchaser shall deduct a penalty from the contract price, calculated on the delivered price of the delayed goods or unperformed services.
A compulsory site briefing is listed as 'NA' (Not Applicable) in the tender document.
Bidders are required to submit flocculant samples that are representative of the actual product that will be supplied. These samples must be submitted on the closing date of the tender at LNW's head office in Polokwane. Each sample must be clearly labelled and accompanied by a Certificate of Analysis (COA).
The bid notice does not specify a deadline for challenging the bid process or award.