Skip to main content
LNW 10 /25/26 Re-advert of LNW 26/24/25financial-servicesprofessional-services

Feasibility/viability Study & Market Research Towards the Commercialization O...

Issuing Organization

Lepelle Northern Water

Location

Mpumalanga

Closing Date

30 Jan 2026

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

Tender Type

Request for Bid(Open-Tender)

Delivery Location

EBENEZER PLANT - POLOKWANE - POLOKWANE - 0700

Organization Type

GOVERNMENT

Published

08 Dec 2025

Tender Description
Feasibility/viability Study & Market Research Towards the Commercialization of the Laboratory, Including Guesthouse, Laundry Room, Old Smokey Hall, Tuckshop and Boating Activity at Ebenezer Scheme
Requirements & Eligibility
Analysis: TENDER DOCUMENT - LNW 10.25.26 Re-advert FEASIBILITY STUDY EBENEZER SCHEME.pdf

Submission Guidelines

Returnable Documents:

Technical Specifications

4.1. Key objectives and deliverables Comprehensive feasibility/viability study and market research report with 06 key components including: ▪ Economic Analysis– percentage of contribution to the local GDP and job market ▪ Market Research Analysis - marketing strategy and sales forecasts that translate to financial forecasts. ▪ Management Structure- composition of desired work/job structure per desired capacity ▪ Financial Analysis -it must include a pricing model, a breakeven analysis, a cost-benefit analysis of the project, and financial forecast of expected return on investment (ROI) for 10 years, and outline any financial risks. ▪ Technical Analysis- Develop detailed designs of the plans, and detailed systems flow chart diagrams. ▪ Project Risk Analysis- Develop a detailed project risk analysis, action plans and mitigations 4.1.1. The Laboratory (LAB) ▪ Compare the costs of purchasing a new site, creating a new lab, or improving the current one. ▪ Identify current customers in the existing location and new customers. ▪ The financial feasibility portion of the study should include a cost-benefit analysis of the project, market segments, and tactics. ▪ Develop a comprehensive sales, market, funding, and business strategy based on the feasibility study and provide an estimated return on investment (ROI) and identify financial concerns. ▪ Check the viability of accreditation methods at the Lab and develop the pricing strategies (internal and external customers) as per industry norms and standards. ▪ Develop a model for monthly financial reporting. 4.1.2. Guesthouse, Boat, Laundry room, Tuck shop, and Old Smokey Hall Facilities ▪ Develop a comprehensive sales, market, funding, and business strategy on the existing guesthouse, Old Smokey Hall, boating, and tuck-shop, and make recommendations. ▪ The financial feasibility portion of the study should include a cost-benefit analysis of the project, market segments, and tactics. ▪ Provide an estimated return on investment (ROI) and identify financial concerns. ▪ Identify current customers in the existing location and new customers. ▪ Develop the pricing strategies (internal and external customers) as per industry norms and standards (Eco-tourism). ▪ Develop a model for monthly financial reporting. 4.2. Project Management Stages and Deliverables The duly appointed professional service providers will be expected to perform inter- alia the following activities: STAGE 1. Inception Typical Activities Typical Deliverables i. Project plans and methodologies • Project brief ii. Assist in developing a clear project brief. • Agreed scope of work iii. Provide necessary information within the agreed scope of the • Agreed services project. •Project initiation /inception report iv. Inception report with two options that can be available to with work programme. LNW to choose from STAGE 2. Concept and Viability Typical Activities Typical Deliverables i. Identify the format (Feasibility study and Market research • An agreed and approved concept template) of the concept and viability for commercialization. that is a viable and user-friendly ii. Coordinate the concept and viability documentation, and business model approval (with options) • Documented flow system diagram STAGE 3. Design Development Typical Activities Typical Deliverables i. Develop detailed designs and plans. • Presentation of the ii. Detailed systems flow diagrams implementation plan with options including Pricing strategies, financial forecasts, and timeframes. • Cost-benefit analysis report on multiple options for success. • Approved detailed implementation plan. STAGE 4. Supply and Implementation Typical Activities Typical Deliverables i. A comprehensive feasibility and marketing research study • Presentation of the report and plans feasibility and market research study. • Approved detailed report STAGE 5. Commissioning Typical Activities Typical Deliverables i. The readiness and final submission of the report • A comprehensive final report. STAGE 6. Close-out Typical Activities Typical Deliverables i. Prepare and present the project close-out report. • Project close-out report with recommendations, presentation, and necessary attachments. • Systems flow diagrams and charts on soft and hard copies 5. DURATION OF THE CONTRACT A performance-based contract will be for 08 months. 6. PRICING SCHEDULE ITEM DESCRIPTION UNIT AMOUNT 1 Inception Report in line with the Terms of Sum R Reference/ specifications above. 2 Final feasibility study and market research Sum R report in line with the Terms of Reference / specifications above. 3 Close out Report in line with the Terms of Sum R Reference / specifications above. 4 Final Implementation plan report in line with the Sum R Terms of Reference/ specifications above. 5 Consolidation of the Final Report and Sum R presentation to LNW SUB-TOTAL VAT 15 % GRAND TOTAL NB: Failure to complete the pricing schedule in full will lead to disqualification. 7. PROCUREMENT PROCESS The normal LNW process will be followed in line with the company's SCM policy and procedures with no deviations from the normal anticipated at this stage. Validity of tender : 150 days Contract period : 08 months Date advert published : 08th December 2025 Tender document available : 08th December 2025 Closing date of advert : 30th January 2026 Onsite compulsory briefing session : Yes Date of Briefing : 16th January 2026 @ 11h00 at Briefing Session Venue : LEPELLE EBENEZER PLANT/ SCHEEM Briefing Condition : NB: PPE and identification documents required for entry. No Safety shoes and identity documents, no Entry. 8. EVALUATION CRITERIA Preferential Points System will be used to evaluate this bid in line with the Preferential Procurement Policy Framework Act, 2022. Bidders will be evaluated on mandatory first, then functionality and only those qualifying by achieving the minimum cut-off point of 70 points (70%) will be evaluated further on administrative compliance and then price and Preferential Points Allocation as the final stage. THIS BID WILL BE EVALUATED AND ADJUDICATED ACCORDING TO THE FOLLOWING CRITERIA: a. Relevant specifications; b. Value for money. c. Capability to execute the contract. d. LNW SCM Policy; and e. PPPFA & associated regulations. 8.1. Mandatory requirements (pre-qualification) a. Where the service providers are in a JV agreement the Joint Venture agreement for JV partners is to be submitted indicating a percentage split up to 100% for partners to render the agreement valid (Only applicable to JV bidders); b. Attendance of compulsory briefing session c. Complete, sign, submit SBD 4 d. Proof of registration on the Central Suppliers Database (CSD) (verification will be done online) e. The pricing schedule must be completed in FULL to render the bid responsive. If any section of the pricing schedule is left incomplete, the bidder will be disqualified. f. The pricing schedule must be completed in FULL to render the bid responsive. If any section of the pricing schedule is left incomplete or omitted in printing and submission, the bid document will be disqualified as pricing instruction in tender document. Non-numerical (Nil or dash (-) or included or incomplete space) completion of pricing schedule items will be considered non-responsive. g. Attach certificate(s) and organogram structure for the project team indicating the project team. h. Company registration documents. i. Certified ID copies of company shareholders less than 3 months. j. Tax compliant with SARS (to be verified through CSD and SARS), k. Proof of address not owing or older than three months (In the form of Statement, Invoice, Lease agreement or Tribal Authority Letter) NB: Failure to comply with any of the above requirements will lead to the disqualification of the tender. 9. BID EVALUATION METHOD Bids will further be evaluated in terms of Method 4: • Stage 1: Evaluation on Functionality, minimum of 48 points to be scored to be considered responsive) • Stage 2: The bidder is to provide a comprehensive methodology and approach in line with the scope of works, including stakeholders to be consulted in this regard. The bidder to provide a four (4) months indicative programme for a similar project. • Stage 3: Evaluation on 80/20 or 90/10 preferential points system (Price and Preferential Procurement regulations 2022) 9.1. Stage 1: Evaluation on Functionality Under functionality, Bidders must achieve a minimum of 48 points (60%) on functionality to be considered for further evaluation. Any bidder that does not meet the minimum threshold will not be evaluated further. No. Technical / Functional Requirements Weight Points 1. Company Experience Evaluation shall be based on the total number of related assignments or projects of 40 Points conducting a feasibility study and market research on the commercialization of companies' facilities or similar. Schedule of Company experience to be attached with completion letters, or reference letters of previous similar projects as evidence (on official client letterheads and duly signed by the client). failure to submit such will result in zero (0) points allocated. Please complete and attach the project reference form provided for all the experience attached. ◦ 3 or more similar assignments/projects 40 points ◦ 2 similar assignments/projects 30 points ◦ 1 similar assignments/projects 20 points ◦ 0 projects 0 points 2. Qualifications and experience of Key Personnel Professional qualification of Project Leader Market Researcher ✓ A minimum of NQF Level 8 bachelor’s degree in commerce (Marketing, Accounting/ Finance/ Actuarial science/ Business Management, or Business Administration) 5 points ✓ Please attach certified copies (not older than 06 months) of ID copies and qualifications. Evaluation of Project Leader Qualification Proof of Qualifications 5 points No Proof of Qualifications 0 points Experience of Project Leader 5 Points Should demonstrate capacity in terms of experience on similar projects/assignments related to conducting feasibility studies and market research for commercialization Please complete a comprehensive CV in the provided template. No. Technical / Functional Requirements Weight Points Evaluation of Project Leader Experience ◦ No projects 0 points ◦ 1 – 2 Projects 3 points ◦ 3 – Projects 4 points ◦ 4 Projects and above 5 points Team Member (s) 5 Points Professional Accountant A minimum of a Bachelor in Accounting , Finance, Auditing or relevant Commercial Qualification (NQF Level 7) ✓ Professional registration with any relevant accounting professional bodies. Please attach proof. ✓ Please attach certified copies (not older than 06 months) of ID copies and qualifications. Proof of Qualifications and Professional 5 points Registration to be attached No Proof of Qualifications and/or 0 points Professional Registration Experience of a Professional Accountant 5 Points ✓ Should demonstrate capacity in terms of experience on similar projects related to conducting financial forecasting in business acquisitions. ✓ Please attach a Comprehensive CV with contactable references. ✓ Please attach certified copies (not older than 06 months) of ID copies and qualifications. Evaluation of Professional Accountant Experience ◦ No projects 0 points ◦ 1 – 2 Projects 3 points ◦ 3 – 5 Projects 4 points ◦ 6 Projects and above 5 points Total points 60 • The minimum points to be scored is 48 points out of 60 points. Point’s allocation under functionality will be split as per JV agreement (percentage split on company experience). 9.2. Stage 2: Evaluation on Administrative Compliance Bidders are required to comply with the following listed below: No. Criteria 1. Complete and sign SBD 1, SBD 3.2, and SBD 6.1 NOTE: a) All the above administrative compliance documents will be requested from the preferred bidder if not submitted with the tender document and LNW will request the document within stipulated time. b) The JV agreement for JV partners to be submitted indicating percentage split up to 100% for partners to render agreement valid (Point will be allocated as per pro rata(proportional) JV percentage split). This is only applicable on company experience under functionality. c) The JV partners must submit both mandatory documents for each Company. d) Preferred JV bidder will be required to submit a JV bank account and VAT number. e) The bidders must comply with all terms and condition including requirements as stipulated in the Tender Documents to be evaluated further. f) LNW is not compelled to accept the lowest or any bid. g) LNW reserves the right to reduce the scope of works due to budget constraint or reduction of scope by client. h) Bidders will be subjected to risk assessment, verification, and arithmetic check. i) LNW reserves the right to verify any information provided by the bidder, falsified and fraudulent reference or experience will lead to disqualification and blacklisting in terms of SCM process in conjunction with legal/law enforcement process. 9.3. Stage 2: Evaluation on Price and Preference Points Allocation Evaluation on Price and Preference Points Allocation (As per the Preferential Procurement regulations 2022) 80/20 or 90/10 Financial offer and Preference Points Allocation i. Score tender evaluation points for financial offer. ii. Confirm that tenderers are eligible for the Preference Points Allocation (As per the Preferential Procurement regulations 2022) claimed, and if so, score tender evaluation points. iii. Calculate total quotation evaluation points. iv. Rank quotations offers from the highest number of tender evaluation points to the lowest. v. Recommend the quotation with the highest number of quotation evaluation points for the award of the contract, unless there are compelling and justifiable reasons not to do so. NB: NO QUOTATION WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE (see definition on SBD 4 attached) Scoring functionality Score functionality in each of the categories stated in the Tender Data and calculate total score. Scoring Financial Offers Score the financial offers of remaining responsive tender offers using the following formula: NFO = W1 x A where: NFO = the number of tender evaluation points awarded for the financial offer. W1 = the maximum possible number of tender evaluation points awarded for the financial offer as stated in the Tender Data. A = a number calculated using either formulas 1 or 2 below as stated in the tender Data. Formula Basis for comparison Option 1 Option 2 ( P − Pm ) (1 + ) 1 Highest price or discount Pm P/Pm ( P − Pm ) (1 − ) 2 Lowest price or percentage commission/fee Pm Pm/P where: Pm = the comparative offer of the most favourable tender offer. P = the comparative offer of tender offer under consideration. The 80/20 or 90/10 Preferential Point System will be used to evaluate the bid. Table 2: Preference Points Allocation (As per the Preferential Procurement regulations 2022) # Specific Goals Means of 80/20 Points 90/10 Points verification 1 Small Medium Macro Enterprises (SMME) CSD Report 5 2.5 2 Black women (100% Black women ownership in the CSD Report 5 2.5 company) 3 Black ownership (100% black ownership in the CSD Report 5 2.5 company) 4 Black Youth (Minimum of 1 shareholder Black youth CSD Report 5 2.5 ownership in the company) Total Points 20 10 The points scored by the tenderer in respect of the level of Preference Points Allocation must be added to the points scored for price. Note to tenderers: The tenderer must indicate how they claim points for each preference point system on SBD 6.1 10. CONTRACT CONDITIONS a) LNW reserves the right to verify any information provided by the bidder, falsified and fraudulent reference or experience will lead to disqualification and blacklisting in terms of SCM process in conjunction with legal/law enforcement process. b) Sign non-disclosure. c) Recoverable Cost as per the provisional sum shall be paid as follows: i. Any additional costs implemented without a prior written approval shall be to the PSP – Professional Service Provider account. ii. The Department of Public Service and Administration hourly rates shall apply on items not fully covered subject to approval by LNW. iii. No specialist services, sub-specialist or investigation shall be procured without a prior approval by LNW. A minimum of 3 quotations shall be required with legislative requirements for SCM. iv. Accommodation and subsistence proof must be attached. v. Latest Public works rates Travel Rate (Claims to be from Lepelle Northern Water head office No 1. Landdros Mare Street POLOKWANE 0699) vehicle according to Public Works rates. Tendered time rates shall apply on travel time, CPI for Limpopo shall only apply after 24 months from tendering. vi. Disbursement claims with three (3) quotations to be submitted for approval to the client before implementation. SBD4 BIDDER’S DISCLOSURE 1. PURPOSE OF THE FORM Any person (natural or juristic) may make an offer or offers in terms of this invitation to bid. In line with the principles of transparency, accountability, impartiality, and ethics as enshrined in the Constitution of the Republic of South Africa and further expressed in various pieces of legislation, it is required for the bidder to make this declaration in respect of the details required hereunder. Where a person/s are listed in the Register for Tender Defaulters and / or the List of Restricted Suppliers, that person will automatically be disqualified from the bid process. 2. Bidder’s declaration 2.1 Is the bidder, or any of its directors / trustees / shareholders / members / partners or any person having a controlling interest1 in the enterprise, employed by the state? YES/NO 2.1.1 If so, furnish particulars of the names, individual identity numbers, and, if applicable, state employee numbers of sole proprietor/ directors / trustees / shareholders / members/ partners or any person having a controlling interest in the enterprise, in table below. Full Name Identity Number Name of State institution 2.2 Do you, or any person connected with the bidder, have a relationship 1 the power, by one person or a group of persons holding the majority of the equity of an enterprise, alternatively, the person/s having the deciding vote or power to influence or to direct the course and decisions of the enterprise. SBD4 with any person who is employed by the procuring institution? YES/NO 2.2.1 If so, furnish particulars: ................................................................................................ ................................................................................................ 2.3 Does the bidder or any of its directors / trustees / shareholders / members / partners or any person having a controlling interest in the enterprise have any interest in any other related enterprise whether or not they are bidding for this contract? YES/NO 2.3.1 If so, furnish particulars: ........................................................................................ ........................................................................................

Compliance Requirements

No specific requirements found B-BBEE Minimum Level: 8
Important Dates

08 Dec

2025

PUBLICATION

Tender Published

Tender was published

30 Jan

2026

DEADLINE

Closing Date

Tender closing date

Tender Documents (1)

TENDER DOCUMENT - LNW 10.25.26 Re-advert FEASIBILITY STUDY EBENEZER SCHEME.pdf

View

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

Discussion