The Ngwathe Local Municipality, located in the Free State, has officially published a significant Request for Bid (Open-Tender) for the establishment of a multi-disciplinary panel of consultants. Issued under tender number NLM: TEC 03 (02/2026), this strategic procurement aims to secure professional services for municipal infrastructure projects focused on community facilities over a three-year period.
This initiative seeks to create a roster of qualified engineering and professional service providers to assist the municipality with a wide range of projects. The objective is to ensure the availability of expert resources for the design, project management, and supervision of infrastructure that serves the community, in full compliance with legislative requirements and municipal objectives.
Tender Details and Submission Requirements
Interested and suitably qualified consultants are invited to submit their bids in accordance with the Ngwathe Local Municipality Supply Chain Management Policy and the Preferential Procurement Regulations of 2022.
- Tender Number: NLM: TEC 03 (02/2026)
- Organ of State: Ngwathe Local Municipality
- Closing Date: Tuesday, 24 March 2026, at 12:00 PM (noon)
- Place of Submission: Tender Box, Ngwathe Local Municipality Main Building, left side of the main entrance, Liebenbergstrek, Parys, 9585.
- Enquiries:
- Bidding Procedures: Mr. Richard Malamule / Ms. Patricia Morokolo at 056-816-2700.
- Technical: The Director: Technical Services.
All bids must be deposited in the designated tender box before the closing time. Late, faxed, or emailed submissions will not be accepted. A public opening will take place immediately after the deadline. A non-refundable tender document fee of R1,500.00 is applicable, payable via bank-guaranteed cheque or cash.
Comprehensive Scope of Services
The appointed panel will be required to provide professional services across a spectrum of infrastructure disciplines related to community facilities. The scope of work is specifically defined to include, but is not limited to, the following key areas:
- Civil and Structural Engineering: Services including structural analyses and designs for buildings, community halls, sports facilities, major stormwater culverts, and bridges. This also includes contract management and supervision of structural works.
- Electrical Engineering: Design, contract management, and supervision of electrical infrastructure projects, including high voltage, medium voltage (MV), and low voltage (LV) reticulation, street lighting, and electrical planning.
- Water and Sanitation Services: Professional services for water reticulation systems, sewer networks, bulk water and wastewater treatment works, including planning, design, and project management.
- Transport and Environmental Planning: Investigations, feasibility studies, transport planning, traffic impact assessments, and environmental impact assessments to ensure legislative compliance and sustainable development.
Mandatory Documentation for Compliance
Bidders must submit a complete set of mandatory documents to avoid being deemed non-responsive. Failure to submit these documents will lead to disqualification. Required documents include:
- Certified copy of Identity Document.
- Valid original Tax Clearance Certificate or SARS PIN.
- Certified copy of Company Registration / CIPC Document.
- Proof of CSD registration.
- Valid Letter of Good Standing (COIDA).
- Copy of Professional Indemnity Insurance.
- Current Municipal Rates & Taxes account for the company and directors (demonstrating no arrears beyond stipulated periods).
- PPPFA level (Share Certificate) and proof of disability if applicable.
Functionality and Evaluation Criteria
The bidding process includes a critical pre-qualification phase based on functionality. To proceed to the price and preference evaluation stage, bidders must achieve a minimum of 70 points for functionality. The functionality will be assessed on the following criteria:
- Tenderer Experience: 25 points
- Experience & Expertise of Key Staff: 30 points
- Technical Approach / Plan / Methodology: 20 points
- Professional Registration with Statutory Institutions: 25 points
Following the functionality assessment, the 80/20 preference point system will apply, with 80 points for price and 20 points for the bidder’s PPPFA status level of contribution.
Related opportunity: NRF Seeks Vinyl Flooring Contractor for Brummeria Office
How to Access Tender Documents
All tender documents are available for download as a PDF from the Ngwathe Municipality website (www.ngwathe.co.za) as from 26 February 2026. Bidders must download, print in colour, and complete the documents. The completed documents must be submitted along with proof of payment of the non-refundable fee.
Tender Document:
Important Considerations for Bidders
Prospective bidders must take note of the following critical requirements:
- No Briefing Session: There is no compulsory or non-compulsory briefing session scheduled for this tender.
- CSD Registration: Prospective suppliers must be registered on the Central Supplier Database (CSD) prior to submitting a bid.
- State Employees: No awards will be made to persons in the service of the state or entities where directors are in the service of the state.
- Rights Reserved: The municipality reserves the right to withdraw the invitation, reject any tender, or not make an award.
Stay Updated
Want to stay informed about more tenders, funding opportunities, and business tips? Follow our updates on the StepApp Network:
- WhatsApp Channel: Follow StepApp Updates
- Facebook Page: Follow us
- WhatsApp Group: Join here
- LinkedIn Profile: Connect with StepApp
- X (Twitter): Follow StepApp SA on X
