I. The bidder must provide assurance/guarantee to the integrity and safe keeping of the information (that it will not
amended/corrupted/distributed/permanently stored/copied by the service provider) for the duration of the contract and
thereafter.
II. CIPC reserves the right to negotiate with the successful bidder on price.
III. The Service Provider must ensure that their work is confined to the scope as defined and agreed.
IV. Travel between the consultant’s home, place of work to the dti Campus (CIPC) will not be for the account of CIPC,
including any other disbursements unless agreed to in writing by CIPC prior to the expense being incurred.
V. Government Procurement General Conditions of Contract (GCC) as issued by National Treasury will be applicable on
all instances. The general conditions are available on the National Treasury website (www.treasury.gov.za);
VI. No advance payment will be made. Payment would be made in terms of the deliverables or other unless otherwise
agreed upon by CIPC and the successful bidder. CIPC will pay within the prescribed period according to PFMA.
VII. The price quoted by the prospective service provider must include Value Added Tax (VAT).
VIII. The successful bidder must at all times comply with CIPC’s policies and procedures as well as maintain a high level of
confidentiality of information.
IX. The successful bidder must ensure that the information provided by CIPC during the contract period is not
transferred/copied/corrupted/amended in whole or in part by or on behalf of another party.
X. Further, the successful bidder may not keep the provided information by way of storing/copy/transferring of such
information internally or to another party in whole or part relating to companies and/or close corporation.
XI. As such all information, documents, programs and reports must be regarded as confidential and may not be made
available to any unauthorized person or institution without the written consent of the Commissioner and/or his/her
delegate.
XII. The service provider will therefore be required to sign a Declaration of Secrecy with CIPC. At the end of the contract
period or termination of the contract, all information provided by CIPC will become the property of CIPC and the service
provider may not keep any copy /store/reproduce/sell/distribute the whole or any part of the information provided by
CIPC unless authorized in terms of the Declaration of Secrecy.
XIII. The Service Provider (successful bidder) will be required to sign a Service Level Agreement with CIPC prior to the
commencement of the contract; and
XIV. Compliance with PFMA regulations in terms of the safeguarding of assets and adequate access control must be
guaranteed. Assets include all infrastructure, software, documents, backup media and information that will be hosted
at the Offsite ICT Recovery Site. These security measures must be specified in the SLA.
XV. As the commencement of this contract is of critical importance, it is imperative that the prospective Service Provider has
resources that are available immediately. Failure to commence with this contract immediately from date of notification
by CIPC could invalidate the prospective Service Provider’s proposal.
“TOR” AI-powered multi-channel transactional chatbot of 25
XVI. The Service Provider shall be required to provide training & skills transfer for the services as per paragraph 3 of this
document.
XVII. Service Provider shall provide CIPC with all the license documentation that CIPC is entitled to as per the costing of the
licenses.
XVIII. The Service Provider shall be required to provide training & skills transfer for the services as per paragraph 3 of this
document.
XIX. Bidders shall be subjected requested to demonstrate all claims made in the proposal.
XX. The resources that a bidder supply will be subjected to an assessment result which will determine the suitability of the
service provider to implement against the assignment of the ToR. Failure to provide suitable candidates will lead to
cancellation of award of the tender.
XXI. CIPC reserves the right not to make this appointment
XXII. The service provider will sign a confidentiality agreement regarding the protection of CIPC information that is not in the
public domain.
XXIII. Appointment will be subject to positive security screening results by the State Security Agency.
XXIV. All possible steps shall be taken by the contract to ensure full execution of this agreement.
XXV. CIPC reserves the right not to make this appointment
14. EVALUATION PROCESS (Criteria)
The evaluation process will be done in accordance with the following criteria:
• Bids will be evaluated in accordance with the 80/20 preference point system contemplated in the Preferential Procurement Policy
• Framework Act (Act ).
14.1.1 EVALUATION PROCESS (Criteria)
The evaluation process will be done in accordance with the following criteria: Bids will be evaluated in accordance with the 80/20 preference
point system contemplated in the Preferential Procurement Policy Framework Act (Act ).
Evaluation (Phases): The evaluation will be completed in 3 phases:
• Phase 1: Compliance to minimum requirements
• Phase 2: Functional Evaluation
• Phase 3: Functional Evaluation
14.1.2 PHASE 1: COMPLIANCE TO MINIMUM REQUIREMENTS AND MANDATORY REQUIREMENTS
During Phase 1 all bidders will be evaluated to ensure compliance to minimum document requirements. Without limiting the generality of the
CIPC‘s other critical requirements for this Bid, bidder(s) must submit the documents listed in the Table below. All documents must be
completed and signed by the duly authorized representative of the prospective bidder(s). During this phase Bidders’ response will be evaluated
based on compliance with the listed administration and mandatory bid requirements. All bidders that comply with the minimum requirements
will advance to Phase 2.
“TOR” AI-powered multi-channel transactional chatbot of 25
BIDDERS TO COMPLETE THE TABLE BELOW
Ite Document that must be submitted Compliance Non-submission may result in disqualification
m provide
No ANSWER:
Yes /No
1. Invitation to Bid – SBD 1 Complete and sign the supplied pro forma document.
2. Tax Status – SBD1 Bidders must submit Tax Clearance Certificate (TCC) PIN
The TCS PIN will be used for the verification of tax compliance status a Bidder
3. Declaration of Interest –SBD 4 Complete and sign the supplied pro forma document.
4. Declaration of Bidder’s Past Supply Chain Management Practices – Complete and sign the supplied pro forma document.
SBD 8
5. Certificate of Independent Bid Determination – SBD 9 Complete and sign the supplied pro forma document.
Completion in full of the Request for Proposal documents Bidder to complete and sign documents
6. BIDDERS TO SUBMIT VALID AND COMPLIANT B-BBEE Certificate VALID AND COMPLIANT B-BBEE Certificate (Compulsory)
(Compulsory). Latest valid BBBEE certificate- SANAS Accredited or
sworn affidavit for EME/QSE signed by the deponent and the FAILURE TO SUBMIT WILL IMMEDIATELY DISQUALIFY YOUR BID
Commissioner of Oath
FAILURE TO SUBMIT WILL IMMEDIATELY DISQUALIFY YOUR BID.
THIS DISQUALIFICATION DOES NOT APPLY TO NON- SOUTH
AFRICAN BIDDERS
7. Registration on Central Supplier Database (CSD) Compulsory The Service Provider is encouraged to be registered as a service provider on the Central
Note: Important: Bidders to submit valid and compliant B-BBEE Supplier Database (CSD). Visit https://secure.csd.gov.za/ to obtain your. Vendor number.
Certificate as well as the CSD report. The BBBEE certificate- SANAS Submit PROOF of registration on the Central Supplier Database (CSD Report)
Accredited or sworn affidavit for EME/QSE is the primary verification
document to claim points for specific goals for this bid. Failure to SUBMIT SUPPLIER UNIQUE REFERENCE NUMBER
submit a compliant B-BBEE certificate will result in disqualification.
8. NB: Pricing Schedule: Submit full details of the Price Proposal in a separate SEALED envelope.
Compliance to AND 21- ANNEXURE “A” Price must be carried over to BOTH SBD 3.3 (Pricing Schedule) and SBD FORM1: (Invitation
REFER TO TO 5 and 22 TO 24 for Bids). The Total Bid Amount (CEILING AMOUNT) will be used for the evaluation of bids
FAILURE TO COMPLY WITH THIS REQUIREMENT SHALL therefore it must be inclusive of all costs for the duration of the contract)
IMMEDIATELY DISQUALIFY A BIDDER. FAILURE TO COMPLY WITH THIS REQUIREMENT SHALL IMMEDIATELY DISQUALIFY A
BIDDER.
9. IMPORTANT: SUBMISSION OF USB . Bidders must submit a USB with their proposal- 1 copy of the original document
. USB to be submitted in pdf format and to be read only
REFER TO . All documents to be signed and bidders initial each page
. Bidders must check that USB sticks open, are readable, and contain no blank pages,
BIDDERS TO READ AND UNDERSTAND THE CONDITIONS STATED documents, or folders. Ensure that each folder created is numbered and avoid clustering
IN TO OF THIS TOR folders with many documents rather create separate folders.
. No password protected USB allowed. Do not submit CDS
FAILURE TO COMPLY WITH THIS REQUIREMENT SHALL . Bidders will be disqualified should the requirements mentioned on and 6 not complied
IMMEDIATELY DISQUALIFY A BIDDER. with.
. Important: The USB will be used for evaluation purposes up to tender award, so all documents
must be included in the USB, including SBD forms, technical proposal mandatory documents
etc..
. FAILURE TO COMPLY WITH THIS REQUIREMENT SHALL IMMEDIATELY DISQUALIFY A
BIDDER.
10. Note: All prospective bidders will be expected to attend a mandatory FAILURE TO ATTEND THE COMPULSORY BRIEFING SESSION WILL RENDER YOUR
briefing session/site visit as determined by the CIPC where BID BEING DISQUALIFIED
questions will be addressed by a panel of the CIPC.
11. Mandatory Requirement: OEM Certificates/Partnership letters for 1. The letter or a testimonial or certification must be submitted in order to proceed to
the proposed solution. (bidders to submit relevant accreditation the next phase (phase 2). Bidders to ensure that a letter/ testimonial /certification etc.
certificate/letter) – addressing this requirement is attached.
• The bidders must provide a letter from Solution Vendor Original 2. All bidders are required to comply with this requirement.
Equipment Manufacturer (OEM) which indicates that they are 3. Should there be no letter/ testimonial /certification etc attached the bid will
accredited for product/Solution/Systems/Technology manufacturer immediately be disqualified.
/owner authorising the resale or support of the proposed 4. The letter/ testimonial /certification must be signed dated by authorized representative
Product/Solution/System/Technology. 5. It should state expiry date or validity
• In the event that the bidder is the owner of the proposed FAILURE TO SUBMIT WILL RENDER YOUR BID BEING DISQUALIFIED
Product/Solution/Systems/Technology, a letter must be attached for
confirmation.
12. BIDDERS TO INDICATE IF THEY READ AND UNDERSTOOD THE FAILURE TO COMPLY WITH THIS REQUIREMENT SHALL IMMEDIATELY DISQUALIFY A
CONDITIONS STATED IN TO OF THIS TOR BIDDER.
ALL BIDDERS THAT COMPLY WITH THE MINIMUM REQUIREMENTS WILL ADVANCE TO PHASE 2.
“TOR” AI-powered multi-channel transactional chatbot of 25
14.1.3 PHASE 2: FUNCTIONAL EVALUATION AND COMPLIANCE TO SPECIFICATION
1. All bidders that advance to Phase 2 will be evaluated by a panel to determine compliance to the functional requirements of the bid.
2. IMPORTANT: The following documents need to be submitted as part of the proposal and will be used during the evaluation.
a. Experience of company (Testimonials need to be provided)
b. Resources (CVs of staff who will assist with this project) Kindly take note of the criteria on which the scoring is based.
c. Project plan with timelines
d. Technical Requirements / Proposal. NB: Bidders must respond systematically, and address separately and clearly marked all
requirements, indicate understanding, approach, methodology, technology, systems etc.
❖ Include architectural diagram
❖ OEM certificates
❖ Print screens of reports and wallboard/dashboard
Proposals will be evaluated on the following:
• Technical functionality and innovation.
• Project Team members expertise in AI Chatbot implementation.
• Proven experience in AI chatbot and transactional automation solutions.
• Capability in multi-channel integration (WhatsApp, social, web, mobile).
• Project management methodology and implementation plan.
• Skills transfer and sustainability approach.
The functional evaluation will be rated out of 100 points and will be determined as follows:
No Evaluation Criteria Rating Weight Total
1 2 3 4 5 %
1. EXPERIENCE OF THE COMPANY 30
The bidder must have relevant experience in the implementation of an ai-powered multi-
channel transactional chatbot.
• Provide at least three references letters, not older than 3 years, with contactable
references (on clients’ letterhead) relating to AI powered multichannel chatbot
implementation, indicating relevant experience (Preferably cloud based solutions).
• Note:At least one (1) referenced implementation must be active/live, and CIPC
reserves the right to conduct site visits or solution demonstrations, where deemed
necessary.
Ratings to be awarded as follows:
1. Score = 1: No letters submitted or irrelevant letters.
2. Score = 2: Relevant Experience of less than 3 years of implementing ai-
powered multi-channel transactional chatbot
3. Score = 3: Relevant Experience of 3 years, but less than 4 of
implementing ai-powered multi-channel transactional chatbot
4. Score =4: Relevant Experience of 4 years, but less than 5 years of
implementing ai-powered multi-channel transactional chatbot
5. Score = 5: Relevant experience of 5 years and above of implementing of
ai-powered multi-channel transactional chatbot
“TOR” AI-powered multi-channel transactional chatbot of 25
No Evaluation Criteria Rating Weight Total
1 2 3 4 5 %
2. PROPOSED PROJECT TEAM EXPERTISE & INDIVIDUAL RESOURCES (BASED ON 25 THE CV OF RESOURCES/ TEAM WHO WILL WORK DIRECTLY IN THE PROJECT):
Bidders must submit detailed CVs and/or profiles for all core team members, clearly
indicating:
• Role and Responsibilities on the project (e.g., Project Manager, AI/NLU Engineer,
Systems Integrator, Data Security Specialist, UX/UI Designer, Change
Management Lead, etc.).
• Educational Qualifications & certificates (relevant ICT, AI, data science, or
engineering degrees, Professional Certifications (e.g., AWS, Azure AI, Google
Dialogflow, Microsoft Copilot Studio, Project Management, Cybersecurity, etc).
• Practical Experience in implementing similar chatbot or AI automation solutions
(especially those with transactional or government integrations).
• Minimum 2-year Experience in their relevant field.
• Track Record of projects completed in similar environments (include project name,
client, and brief description).
Ratings to be awarded as follows:
1. Score = 1: Does not meet requirements- Team composition is inappropriate or
unqualified for the project:
❖ No relevant experience in AI, chatbot development, or integration.
❖ Missing or incomplete CVs. CVs that lack depth.
❖ Evidence of insufficient capacity or lack of qualified personnel.
2. Scoring of 2: Below requirements - Limited or inconsistent evidence of relevant
experience:
❖ Less than 1 year experience, with few team members having directly
applicable expertise.
❖ CVs lack clarity or depth.
❖ Unclear or no demonstrated experience in similar chatbot or AI-driven
service automation projects.
3. Score =3: Sufficient Expertise of team members
❖ Team demonstrates adequate technical expertise with some relevant
experience.
❖ 2 year+ experience on Ai Chatbot, OR
❖ 3 year exposure to projects of comparable scale or complexity.
❖ Team qualifications/certifications are aligned
4. Score = 4: Meets all requirements
❖ Team includes qualified and experienced professionals with relevant
AI/chatbot or digital transformation backgrounds.
❖ Most key resources have 3–5 years of relevant experience.
❖ Some public sector or/and large-enterprise experience.
❖ Team composition is well-balanced, especially in relevant specialized skills
areas.
5. Score = 5: Exceeds requirements
Project team demonstrates exceptional qualifications and experience. All proposed key
resources have:
❖ 5+ years of directly relevant experience delivering AI chatbot or automation
projects of similar complexity.
❖ Prior experience in public sector or/ & big organizations (high query volumes)
Team qualifications/certifications are aligned + strong evidence of
collaboration across technical, data, and customer experience disciplines.
❖ Team qualifications/certifications are aligned to requirements
“TOR” AI-powered multi-channel transactional chatbot of 25
No Evaluation Criteria Rating Weight Total
1 2 3 4 5 %
3 TECHNICAL SOLUTION CAPABILITY & FUNCTIONAL FIT: 25
Assesses the proposed chatbot’s functionality, architecture, integrations,
compliance, and ability to meet CIPC’s operational and transactional requirements:
• Core Requirements:
• Provides conversational, natural language automated responses
• Supports multi-channel deployment - with consistency across web and social
media, specifically WhatsApp.
• Enables authenticated transactional interactions, e.g checking outstanding
balances or compliance status, filing annual reports, etc.
• Offers escalation to human agents with full traceability and SLA monitoring.
• Integrates seamlessly with CIPC internal systems and APIs for real-time data
access.
• Includes an AI-assisted knowledge base for chatbot and agent use.
• Solid AI/NLU capability and multi-channel coverage.
• Demonstrates sound security controls and POPIA compliance.
Non- Core Requirements:
• Provides reporting and analytics dashboards to track service performance and
customer satisfaction.
• clear documentation and APIs for future integration.
• Supports multi-channel deployment for consistency other social platforms.
Ratings to be awarded as follows:
1. Score =1: Below requirements
❖ Proposal is generic, off-the-shelf, or unrelated to the required scope.
❖ The solution has less than 4 or core/ key functional requirements and atleast
1 non- core requirements
2. Score = 2: Does not/ or partially meet requirements
❖ The solution has less than 5 core/ key functional requirements and atleast 1
non- core requirements or vice versa.
3. Score = 3: Meets all requirements
❖ The solution has atleast 7 core/ key functional requirements and/& atleast 2
non- core requirements and/or extra functionalities.
4. Score =4: Fully meets requirements
❖ The solution has atleast All core/ key functional requirements and atleast 3
non- core requirements &/ or 2 other extra functionalities.
5. Score = 5: Exceeds all requirements
❖ The proposed solution fully meets and exceeds all functional, technical, and
security requirements:
❖ The solution has atleast All core/ key functional requirements and atleast All
non- core requirements plus 3 or more other extra functionalities.
“TOR” AI-powered multi-channel transactional chatbot of 25
No Evaluation Criteria Rating Weight Total
1 2 3 4 5 %
4 EVALUATION CRITERION: IMPLEMENTATION APPROACH & PROJECT 10 MANAGEMENT:
• Assesses the bidder’s delivery methodology, project governance, resourcing, timelines,
risk management, quality assurance, and approach to testing, rollout, and support:-
Ratings to be awarded as follows:
1. Score = 1: The bidder fails to demonstrate any structured implementation approach or
project management capability: _
❖ No clear methodology, timeline, or deliverable plan.
❖ Timelines and deliverables are unclear or unrealistic.
❖ Limited indication of governance or accountability
❖ Project dependencies and resourcing not well addressed.
2. Score = 2: The plan addresses most project management aspects, but with limited
depth or clarity: -
❖ Milestones and timelines are included but may appear generic.
❖ Risk and QA measures are basic or incomplete.
❖ Limited evidence of structured governance or communication strategy.
3. Score =3: Meets all requirements:
❖ Includes milestones and deliverables.
❖ Adequate project governance and resource allocation.
❖ Risk and quality management processes are well-defined
❖ Sufficient evidence of structured governance or communication strategy.
4. Score = 4: Fully meets requirements
The plan covers all key aspects of implementation with clear methodology and achievable
timelines:
❖ Includes milestones and deliverables, adequate project governance and
resource allocation.
❖ Risk and quality management processes are well-defined
❖ Demonstrates a proven, agile or hybrid project management approach with
clear governance and communication structures.
5. Scoring = 5: Exceeds requirements- The implementation plan is comprehensive,
realistic, and well-structured, clearly exceeding expectations.
❖ Includes a detailed project plan with milestones, deliverables, and
dependencies.
❖ Demonstrates a proven, agile or hybrid project management approach with
clear governance and communication structures.
❖ Robust risk management, quality assurance, and testing plans are clearly
defined.
❖ Demonstrates readiness for pilot rollout, change management, and post-
deployment support.
❖ Shows strong understanding of CIPC’s operating environment and
interdependencies with existing systems.
5. SKILLS TRANSFER, SUSTAINABILITY & KNOWLEDGE MANAGEMENT 10
• Skills transfer- ensuring CIPC’s internal teams can fully operate and maintain the
solution within the period of implementation.
• including training, documentation, and knowledge-sharing frameworks:
Ratings to be awarded as follows:
1. Scoring of 1: Below requirements
❖ The bidder fails to include any plan or commitment to skills transfer, training, or
sustainability.
❖ No indication of documentation, knowledge management, or capacity building.
❖ Approach is fully vendor-dependent, undermining CIPC’s self-sufficiency goals.
2. Scoring of 2: Does not meet requirements
❖ The bidder provides minimal reference to skills transfer or knowledge sharing.
❖ No clear training or handover plan.
❖ Limited evidence of sustainability measures or CIPC capacity enablement.
“TOR” AI-powered multi-channel transactional chatbot of 25
No Evaluation Criteria Rating Weight Total
1 2 3 4 5 %
❖ Relies heavily on continued vendor support without a defined exit or
independence strategy.
3. Scoring of 3: The bidder mentions skills transfer activities with some detail or
structure.
❖ Training plan is high-level, lacking defined outcomes or evaluation metrics.
❖ Documentation approach is mentioned but not clearly outlined.
❖ Limited detail on sustainability or ongoing capacity building.
4. Scoring of 4: Fully meets requirements:
❖ The bidder provides solid skills transfer and sustainability plan post
implementation that covers key areas: training, documentation, support and
maintenance.
❖ Includes timelines and responsible parties.
❖ Adequate measures for CIPC staff enablement and maintenance handover.
❖ Knowledge materials are clearly defined
5. Scoring of 5: Exceeds requirements-
❖ The bidder presents a comprehensive, structured, and measurable skills transfer
plan aligned with CIPC’s one-year target.
❖ Includes clear training roadmap (technical and non-technical), mentorship, and
certification opportunities for CIPC staff.
❖ Provides detailed knowledge management framework (documentation, SOPs,
FAQs, maintenance guides
❖ Commits to co-development or shadowing to ensure true hands-on transfer.
❖ Plan includes post-project sustainability mechanisms, such as internal capability
retention and refresher training.
TOTAL 100
Note:
1. Functionality will count out of 100 points. Bidders must achieve a minimum score of 60 points out of 100 on the
functionality evaluation to proceed to the next phase.
2. BIDDERS THAT ACHIEVE LESS THAN 60 POINTS ON FUNCTIONALITY WILL BE DISQUALIFIED FOR
FURTHER EVALUATION
“TOR” AI-powered multi-channel transactional chatbot of 25
15 PHASE 4: PRICING AND PREFERENTIAL PROCUREMENT POLICY
Preferential Procurement Policy
The bidders that have successfully progressed will be evaluated in accordance with the 80/20 preference point system contemplated contemplated in the
Preferential Procurement Policy Framework Act (Act ) as amended together with Preferential Procurement Regulations, 2022
In terms of Regulation 4(2); 5(2); 6(2) and 7(2) of the Preferential Procurement Regulations, preference points must be awarded for specific goals stated in the
tender. For the purposes of this tender the tenderer will be allocated points based on the goals stated in table 1 below as may be supported by proof/
documentation stated in the conditions of this tender:
The maximum points for this tender are allocated as follows:
POINTS
PRICE 80
SPECIFIC GOALS 20
Total points for Price and SPECIFIC GOALS 100
1. Failure on the part of a tenderer to submit proof or documentation required in terms of this tender to claim points for specific goals with the tender, will be
interpreted to mean that preference points for specific goals are not claimed. Note: Bidders to submit valid and compliant B-BBEE Certificate as well
as the CSD report. The B-BBEE Certificate is used as our primary verification document to claim points for specific goals for this bid. Failure to
submit a compliant B-BBEE certificate will result in disqualification
2. The purchaser reserves the right to require of a bidder, either before a bid is adjudicated or at any time subsequently, to substantiate any claim in regard
to preferences, in any manner required by the purchaser
# Specific goals allocated points Means of verification and Required Evidence Preference
Points (80/20)
1 HDI, Race are black persons (ownership)* • B-BBEE Certificate 10
100% black ownership • CSD Registration report
= 10 points • CIPC Company Registration
and based on percentage pro rata for black ownership less than
100% Important the CSD will be used as our primary
eg: 67% = 6.7 points verification documents
2 Gender are women (ownership)* • B-BBEE Certificate 8
100% or more women ownership = 8 points • CSD Registration report
and based on percentage pro rata for black ownership less than 100% • CIPC Company Registration
eg: 50% = 4.0 points Important the CSD will be used as our primary
verification documents
3 Disability are disabled persons (ownership)* • Confirmation of Disability Form as per SARS 2
WHO disability guideline (ITRDD Form)
100% ownership = 2 points • Medical Certificate
and based on percentage pro rata for black ownership less than 100% Important the CSD will be used as our primary
eg: 50% = 1.0 points verification documents
3. Important: Bidders to submit valid and compliant B-BBEE Certificate as well as the CSD report. The B-BBEE Certificate the primary verification
document to claim points for specific goals for this bid. Failure to submit a compliant B-BBEE certificate will result in disqualification.
• Provide fixed price quotation for the duration of the contract
• Cost must be VAT inclusive and quoted in South African Rand
• Costing should be aligned with the project activities / project phases
The bidder with the highest score will be recommended as the successful service provider.
“TOR” AI-powered multi-channel transactional chatbot of 25
16 ANNEXURE “A”
BID PRICING SCHEDULE
THIS PAGE TO BE INCLUDED IN THE PRICE FOLDER AS WELL AS IN THE SEALED PRICE ENVELOP TOGETHER WITH
ALL OTHER PRICE DOCUMENTS AS LISTED BELOW
TABLE 1:
No PRICING INSTRUCTIONS: BIDDERS TO COMPLY WITH ALL REQUIREMENTS
1. Applicable Currency:
All prices shall be quoted in South African Rand.
2. Completion of Pricing Schedule:
Bidders shall complete the pricing schedule in full, inserting all the information required therein.
In addition to the pricing schedule in this bid document, bidders may prepare a more detailed pricing schedule should they wish to
do so, and include this in their pricing proposal, provided that such additional pricing schedule is in line with the deliverables on the
CIPC issued pricing schedule.
3. Applicability of Quoted Prices:
• All quoted prices must remain firm for the duration of the contract, unless stipulated otherwise in the special conditions of
contract.
• The condition must be stated in SBD3.3
• Bidders to note that price validity is one hundred and twenty days (120) days
• The service provider must clearly indicate whether the price is firm or subject to the Statutory Wage Increase
4. Total Bid Cost:
Prices quoted must include all applicable taxes including VAT, less all unconditional discounts, plus all costs to deliver the services
and/or goods.
Note: Service providers will be responsible for all costs e.g. transportation for ALL activities associated with this bid. It is therefore
the bidder’s responsibility to ensure that all costs are included in the price proposal submitted to CIPC
6. Bid Price Calculation:
Bidders to not that estimates of quantities are provided to allow for the calculation of a bid price that allows equal comparison
between bidders.
8. Applicable SBD Document to be included in the USB as well as sealed Pricing envelop
THIS PRICING SCHEDULE (ANNEXURE H (“A”)
SDB 3.3: PRICING SCHEDULE
SBD FORM 1: INVITATION TO BIDS FOR
A BIDDER MUST ATTACH PRICE BREAKDOWN IN THE BIDDER’S COMPANY LETTERHEAD SIGNED BY AUTHORISED
REPRESENTATIVE
FAILURE TO COMPLY WITH ALL THE ABOVE REQUIREMENTS FOR PRICING SHALL IMMEDIATELY INVALIDATE THE BID
Prospective bidders must submit a comprehensive proposal. The onus is upon the prospective bidders to take into account
all costs for the duration and the price must be fixed for the duration of the contract.
1. All prices must be VAT inclusive and quoted in South African Rand (ZAR), with details on price elements that are subjected to escalation
(statutory wage increase) and exchange rate fluctuations clearly indicated.
2. Pricing must be based on an estimated two million (2,000,000) customer interactions per month, inclusive of, but not limited to, the
following:
“TOR” AI-powered multi-channel transactional chatbot of 25
a. End-to-end chatbot configuration and implementation- deployment.
b. Full setup and enablement of the WhatsApp channel, including authentication and transactional capabilities.
c. Integration with CIPC systems and APIs, where required.
d. Ongoing maintenance and support, including bug fixes, upgrades, and performance optimisation;
e. Hosting, licensing, subscription, and usage costs (where applicable);
f. Security, compliance, and POPIA-related requirements.
g. Training, skills transfer, and documentation for CIPC staff; and
h. Any other costs necessary to deliver a fully functional, secure, and operational AI-powered chatbot solution.
i. Pricing must be all-inclusive, clearly broken down into:
i. Once-off implementation costs, and
ii. Recurring monthly or annual costs, where applicable.
iii. The estimated interaction volumes are provided for costing purposes only and may vary over time.
3. The terms of payment are Net 30 days after receipt of invoice and acceptance of work;
4. The proposal must include supporting documents and the price schedule.
TABLE 2
No PRICING Once off fee Year 1 (VAT Year 2 (VAT Year 3 (VAT TOTAL (Vat inclusive)
Incl) Incl) incl)
1 End-to-end chatbot configuration and implementation-
deployment
2 Full setup and enablement of the WhatsApp channel,
including authentication and transactional capabilities
3 Integration with CIPC systems and APIs, where required
4 Ongoing maintenance and support, including bug fixes,
upgrades, and performance optimization
5 Hosting, licensing, subscription, and usage costs (where
applicable).
6 Security, compliance, and POPIA-related requirements.
7 Training, skills transfer, and documentation for CIPC staff
8 Support
(On-site and remote)
On-site support as and when requested during the maintenance
period (200 hours per year; – Unlimited remote support. CIPC
should not be charged extra for transport to CIPC offices.
(where applicable)
9 Any other costs necessary to deliver a fully functional,
secure, and operational AI-powered chatbot solution.
TOTAL PRICE
• Cost breakdown must be provided, covering all required aspects in this tender.
“TOR” AI-powered multi-channel transactional chatbot of 25
• Configuration of system, integration with CIPC systems, maintenance and support.
• On-site support as and when requested during the maintenance period (200 hours per year; – Unlimited remote support. CIPC should
not be charged extra for transport to CIPC offices. (where applicable)
• Ability to upgrade/scale to allow for additional functionality and/or licences on pay-as-you-go basis. There should be an option to
discontinue with a specific service without a lengthy waiting period if required.
• CIPC should not be charged extra for transport to CIPC offices during installation or maintenance and support, or for meetings.
• The following pricing table needs to be completed:
TABLE 3: INSERT TOTAL BID PRICE INCLUSIVE OF ALL TO BE CARRIED TO SBD 3.3 AND SBDFORM 1
TOTAL BID PRICE (CEILING PRICE) FOR THE DURATION OF 5 3 YEARS: NB PRICE MUST BE INCLUSIVE OF ALL REQUIREMENTS OF THE TOR
TOTAL YEAR 1 TO 3: (PRICE MUST BE INCLUSIVE OF VAT)
TOTAL BID PRICE TO BE CARRIED OVER TO SBD 3.3 AND SBD FORM 1
3 YEARS
FAILURE TO COMPLY WITH ALL THE ABOVE REQUIREMENTS FOR COSTING SHALL IMMEDIATELY INVALIDATE THE BID.
“TOR” AI-powered multi-channel transactional chatbot of 25
17 BRIEFING SESSION
PLEASE NOTE THAT THERE IS A COMPULSORY BRIEFING SESSION SCHEDULED FOR THIS.
COMPULSORY BRIEFING SESSION
DATE: 19 JANUARY 2026
TIME 11:00 AM
ONLINE VIA MS TEAM
MEETING LINK - MS TEAMS Meeting ID: 387 414 468 715 04
Passcode: u7Wm2gW6
HTTPS://TEAMS.MICROSOFT.COM/L/MEETUP-
JOIN/19%3AMEETING_MMY1NZCXMTYTMDC3YS00YJBHLWI2ZDGTYJY2ODQ1Y2VHMTLI%40THREAD.V2/0?CONTEXT=%7B%22TID%22%3A%2298FCF51F-86E0-475C-9429-
B51CD8D1BF46%22%2C%22OID%22%3A%227A1642CD-A497-49EC-92B0-53F40836F5EA%22%7D
MANDATORY ONLINE BRIEFING SESSION
DURING THIS SESSION A TECHNICAL PANEL OF THE CIPC WILL OUTLINE THE SCOPE OF THE PROJECT AND WILL ADDRESS QUESTIONS FROM PROSPECTIVE BIDDERS.
IMPORTANT NOTE TO BIDDERS: - This is a compulsory briefing session, FAILURE TO ATTEND IMMEDIATELY DISQUALIFIES YOUR BID
18 SUBMISSION OF PROPOSALS
Sealed proposals will be received at the Tender Box at the main gate, 77 Mentjies Street, Sunnyside, the DTIC campus,
Proposals should be addressed to:
Manager (Supply Chain Management)
Companies and Intellectual Property Registration Office
the dtic Campus, 77 Meintjies Street,
Sunnyside
PRETORIA
18.1 ENQUIRIES
A. Supply Chain Enquiries
Ms Ntombi Maqhula OR Mr Solomon Motshweni
Contact No: (012) 394 3971 /45344
E-mail: Nmaqhula@cipc.co.za OR SMotshweni@cipc.co.za
B. Technical Enquiries
Ms.Thobile Jiyane – E-mail : TJiyane@cipc.co.za
Note : It is the bidder's responsibility to call CIPC if they have any questions that have not been answered via email, as the system may have flagged
their email as spam.
18.2 DEADLINE FOR SUBMISSION
BIDS OPENING DATE: 11 DECEMBER 2025
BIDS CLOSING TIME: 11: 00 AM
COMPULSORY BRIEFING SESSION: 19 JANUARY 2026 @11H00am
BIDS CLOSING DATE: 06 FEBRUARY 2026
BIDDERS MUST ENSURE THAT BIDS ARE DELIVERED IN TIME TO THE CORRECT ADDRESS. LATE PROPOSALS WILL NOT BE ACCEPTED FOR CONSIDERATION
NB: IT IS THE PROSPECTIVE BIDDERS’ RESPONSIBILITY TO OBTAIN BID DOCUMENTS IN TIME SO AS TO ENSURE THAT RESPONSES REACH CIPC, TIMEOUSLY.
CIPC SHALL NOT BE HELD RESPONSIBLE FOR DELAYS IN THE POSTAL SERVICES AND BIDS DEPOSITED IN THE INCORRECT BID BOX. BID PROPOSAL MUST BE
HAND DELIVERED TO THE CIPC BID BOX AT THE DTIC MAIN GATE”.AT 77 MEINTJIES STREET, SUNNYSIDE
“TOR” AI-powered multi-channel transactional chatbot of 25