Skip to main content
CSIR RFP 1210/23/01/2026Professional ServicesUrgent - 6 Days

Request - Council for

Issuing Organization

Council for Scientific and Industrial Research (CSIR)

Location

National

Closing Date

23 Jan 2026

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

Tender Type

Request for Quotation

Delivery Location

Meiring Naudé Road - Brummeria - Pretoria - 0001

Organization Type

GOVERNMENT

Published

12 Dec 2025

Tender Description
Request for Proposals (RFP) The provision of manufacturing supplier profiles ontothe CSIR technology localisation Implementation unit’s database.
Industry Classification
Procurement Type

Request for Quotation

Delivery Location

Meiring Naudé Road - Brummeria - Pretoria - 0001

Requirements & Eligibility
Analysis: RFP No. 1210-23-01-2026.pdf

Submission Guidelines

The CSIR reserves the right to: 14.1 Extend the closing date of this RFP; 14.2 Correct any mistakes before closing date and time of the tender that may have been in the Bid documents or occurred at any stage of the tender process; 14.3 Verify any information contained in the bidder’s submission; 14.4 Request documentary proof regarding the bidder’s submission; Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 CSIR Tender Documentation 14.5 Carry out site inspections, product evaluations or explanatory meetings in order to verify the nature and quality of the product/service offered by the bidder(s) or verify any information whether before or after the adjudication of this RFP; 14.6 Award this tender to a bidder that did not score the highest total number of points, only in accordance with Section 2(1)(f) of the PPPFA (Act ); 14.7 Request audited financial statements or other documents for the purpose of a due diligence exercise to determine if the bidder will be able to execute the contract; 14.8 Award this RFP as a whole or in part; 14.9 Award this RFP to multiple bidders; 14.10 Cancel and/or terminate the tender process at any stage, including after the Closing Date and/or after presentations have been made, and/or after tenders have been evaluated and/or after the preferred bidder(s) have been notified of their status as such; 14.11 Post tender negotiate on any elements on the bid, including but not limited to technical, transformation, price, and contractual terms and conditions.; 14.12 Not to award a contract to a bidder who is associated with a security breach that materially adversely affects other entities or if any directors or officers of a bidder are formally charged of fraudulent or illegal conduct which, would harm the CSIR’s reputation by its continued association with the bidder. 15 CONFLICT OF INTEREST, CORRUPTION AND FRAUD 15.1 The CSIR reserves its right to disqualify any bidder who either itself or any of whose members (save for such members who hold a minority interest in the bidder through shares listed on any recognised stock exchange), indirect members (being any person or entity who indirectly holds at least a 15% interest in the bidder other than in the context of shares listed on a recognised stock exchange), directors or members of senior management, whether in respect of CSIR or any other government organ or entity and whether from the Republic of South Africa or otherwise ("Government Entity") Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 CSIR Tender Documentation a. engages in any collusive tendering, anti-competitive conduct, or any other similar conduct, including but not limited to any collusion with any other bidder in respect of the subject matter of this bid; b. seeks any assistance, other than assistance officially provided by a Government Entity, from any employee, advisor or other representative of a Government Entity in order to obtain any unlawful advantage in relation to procurement or services provided or to be provided to a Government Entity; c. makes or offers any gift, gratuity, anything of any value or other inducement, to any Government Entity's officers, directors, employees, advisors or other representatives in order to obtain any unlawful advantage in relation to procurement or services provided or to be provided to a Government Entity; d. accepts anything of value or an inducement that would or may provide financial gain, advantage or benefit in relation to procurement or services provided or to be provided to a Government Entity; e. pays or agrees to pay to any person any fee, commission, percentage, brokerage fee, gift or any other consideration, that is contingent upon or results from, the award of any tender, contract, right or entitlement which is in any way related to procurement or the rendering of any services to a Government Entity; f. has in the past engaged in any matter referred to above; or g. has been found guilty in a court of law on charges of fraud and/or forgery, regardless of whether or not a prison term was imposed and despite such bidder, member or director’s name not specifically appearing on the List of Tender Defaulters kept at National Treasury. 16 MISREPRESENTATION DURING THE LIFECYCLE OF THE CONTRACT 16.1 The bidder should note that the terms of its Tender will be incorporated in the proposed contract by reference and that the CSIR relies upon the bidder’s Tender as a material representation in making an award to a successful bidder and in concluding an agreement with the bidder. Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 CSIR Tender Documentation 16.2 It follows therefore that misrepresentations in a Tender may give rise to service termination and a claim by the CSIR against the bidder notwithstanding the conclusion of the Service Level Agreement between the CSIR and the bidder for the provision of the Service in question. In the event of a conflict between the bidder’s proposal and the Service Level Agreement concluded between the parties, the Service Level Agreement will prevail. 17 PREPARATION COSTS AND LIMITATION OF LIABILITY The Bidder will bear all its costs in preparing, submitting and presenting any response or Tender to this bid and all other costs incurred by it throughout the bid process. Furthermore, no statement in this bid will be construed as placing the CSIR, its employees or agents under any obligation whatsoever, including in respect of costs, expenses or losses incurred by the bidder(s) in the preparation of their response to this bid. A bidder participates in this bid process entirely at its own risk and cost. The CSIR shall not be liable to compensate a bidder on any grounds whatsoever for any costs incurred or any damages suffered as a result of the Bidder’s participation in this Bid process. 18 INDEMNITY If a bidder breaches the conditions of this bid and, as a result of that breach, the CSIR incurs costs or damages (including, without limitation, the cost of any investigations, procedural impairment, repetition of all or part of the bid process and/or enforcement of intellectual property rights or confidentiality obligations), then the bidder indemnifies and holds the CSIR harmless from any and all such costs which the CSIR may incur and for any damages or losses the CSIR may suffer. 19 PRECEDENCE This document will prevail over any information provided during any briefing session whether oral or written, unless such written information provided, expressly amends this document by reference. Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 CSIR Tender Documentation 20 TAX COMPLIANCE No tender shall be awarded to a bidder who is not tax compliant. If a recommended bidder is not tax complaint, the bidder will be notified in writing of their non- compliant status and the bidder will be requested to submit written proof from SARS of their tax compliant status or proof that they have made an arrangement to meet their outstanding tax obligations within seven (7) working days. Should they fail to do so CSIR will reject their bid. The CSIR reserves the right to withdraw an award made, or cancel a contract concluded with a successful bidder in the event that it is established that such bidder was in fact not tax compliant at the time of the award or has submitted a fraudulent Tax Clearance Certificate to the CSIR, or whose verification against the Central Supplier Database (CSD) proves non-compliant. The CSIR further reserves the right to cancel a contract with a successful bidder in the event that such bidder does not remain tax compliant for the full term of the contract. 21 TENDER DEFAULTERS AND RESTRICTED SUPPLIERS No tender shall be awarded to a bidder whose name (or any of its members, directors, partners or trustees) appear on the Register of Tender Defaulters kept by National Treasury, or who have been placed on National Treasury’s List of Restricted Suppliers. The CSIR reserves the right to withdraw an award, or cancel a contract concluded with a Bidder should it be established, at any time, that a bidder has been blacklisted with National Treasury by another government institution. 22 GOVERNING LAW South African law governs this bid and the bid response process. The bidder agrees to submit to the exclusive jurisdiction of the South African courts in any dispute of any kind that may arise out of or in connection with the subject matter of this bid, the bid itself and all processes associated with the bid. Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 CSIR Tender Documentation 23 CONFIDENTIALITY Except as may be required by operation of law, by a court or by a regulatory authority having appropriate jurisdiction, no information contained in or relating to this bid or a bidder’s tender(s) will be disclosed by any bidder or other person not officially involved with the CSIR’s examination and evaluation of a Tender. No part of the bid may be distributed, reproduced, stored or transmitted, in any form or by any means, electronic, photocopying, recording or otherwise, in whole or in part except for the purpose of preparing a Tender. This bid and any other documents supplied by the CSIR remain proprietary to the CSIR and must be promptly returned to the CSIR upon request together with all copies, electronic versions, excerpts or summaries thereof or work derived there from. Throughout this bid process and thereafter, bidder(s) must secure the CSIR’s written approval prior to the release of any information that pertains to (i) the potential work or activities to which this bid relates; or (ii) the process which follows this bid. Failure to adhere to this requirement may result in disqualification from the bid process and civil action. 24 AVAILABILITY OF FUNDS Should funds no longer be available to pay for the execution of the responsibilities of this bid, the CSIR may terminate the Agreement at its own discretion or temporarily suspend all or part of the services by notice to the successful bidder who shall immediately make arrangements to stop the performance of the services and minimize further expenditure: Provided that the successful bidder shall thereupon be entitled to payment in full for the services delivered, up to the date of cancellation or suspension. 25 PERSONAL INFORMATION 25.1 Each Party consents to the other Party holding and processing “personal information” (as defined in the POPI Act) relating to it for legal, personnel, administrative and management purposes (including, if applicable, any “special personal information” relating to him/her, as defined in the POPI Act). Notwithstanding the generality of the aforesaid, each Party hereby undertakes to comply with all relevant provisions of the POPI Act and any other applicable Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 CSIR Tender Documentation data protection laws. The bidder further agrees to comply with all CSIR’s reasonable internal governance requirements pertaining to data protection. 25.2 Each Party consents to the other Party making such information available to those who provide products or services to such parties (such as advisers, regulatory authorities, governmental or quasi-governmental organisations and potential purchasers of such Party or any part of their business). 25.3 While performing any activity where a Party is handling personal information as a “responsible party” (as defined in the POPI Act), each Party undertakes that it will process the personal information strictly in accordance with the terms of the POPI Act, this Contract, and the other Party’s instructions from time to time, and take appropriate operational measures to safeguard the data against any unauthorised access. 25.4 Each Party acknowledges that in the course of conducting business with each other, each Party intends to maintain and process personal information about the other Party in an internal database. By signing this Contract, each Party consents to the maintenance and processing of such personal information. Where relevant, the bidder shall procure that all of its personnel, agents, representatives, contractors, sub-contractors and mandataries shall comply with the provisions of this clause 30 (Personal Information). The CSIR shall be entitled on reasonable notice to conduct an inspection or audit bidders compliance with the requisite POPI Act safeguards. 26 DISCLAIMER This RFP is a request for proposals only and not an offer document. Answers to this RFP must not be construed as acceptance of an offer or imply the existence of a contract between the parties. By submission of its proposal, bidders shall be deemed to have satisfied themselves with and to have accepted all Terms & Conditions of this RFP. The CSIR makes no representation, warranty, assurance, guarantee or endorsements to bidder concerning the RFP, whether with regard to its accuracy, completeness or otherwise and the CSIR shall have no liability towards the bidder or any other party in connection therewith. Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 CSIR Tender Documentation SECTION B EVALUATION METHODOLOGY

Technical Specifications

localisation Implementation unit’s database. BID RESPONSE DOCUMENTS MAY BE DEPOSITED IN THE BID BOX SITUATED AT (STREET ADDRESS) The CSIR requires that all tender submissions be submitted electronically to tender@csir.co.za. Should tender file size exceed 25MB, bidders submit tender in multiple emails. Use the tender number RFP No. 1210/23/01/2026 and description of the tender as the subject on your email. BIDDING PROCEDURE ENQUIRIES MAY BE DIRECTED TO TECHNICAL ENQUIRIES MAY BE DIRECTED TO: CONTACT PERSON SCM CONTACT PERSON SCM TELEPHONE NUMBER TELEPHONE NUMBER FACSIMILE NUMBER N/A FACSIMILE NUMBER N/A E-MAIL ADDRESS tender@csir.co.za E-MAIL ADDRESS tender@csir.co.za SUPPLIER INFORMATION NAME OF BIDDER POSTAL ADDRESS STREET ADDRESS TELEPHONE NUMBER CODE NUMBER CELLPHONE NUMBER FACSIMILE NUMBER CODE NUMBER E-MAIL ADDRESS VAT REGISTRATION NUMBER SUPPLIER TAX CENTRAL COMPLIANCE COMPLIANCE SUPPLIER OR STATUS SYSTEM PIN: DATABASE No: MAAA 1 ARE YOU 2 ARE YOU A THE ACCREDITED Yes No FOREIGN BASED REPRESENTATIVE SUPPLIER FOR THE IN SOUTH AFRICA Yes No [IF YES, ANSWER THE GOODS /SERVICES FOR THE GOODS QUESTIONNAIRE /WORKS OFFERED? /SERVICES /WORKS [IF YES ENCLOSE PROOF] BELOW] OFFERED? QUESTIONNAIRE TO BIDDING FOREIGN SUPPLIERS IS THE ENTITY A RESIDENT OF THE REPUBLIC OF SOUTH AFRICA (RSA)? YES Rev 02 Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 CSIR Tender Documentation NO DOES THE ENTITY HAVE A BRANCH IN THE RSA? YES NO DOES THE ENTITY HAVE A PERMANENT ESTABLISHMENT IN THE RSA? YES NO DOES THE ENTITY HAVE ANY SOURCE OF INCOME IN THE RSA? YES NO IS THE ENTITY LIABLE IN THE RSA FOR ANY FORM OF TAXATION? YES NO IF THE ANSWER IS “NO” TO ALL OF THE ABOVE, THEN IT IS NOT A REQUIREMENT TO REGISTER FOR A TAX COMPLIANCE STATUS SYSTEM PIN CODE FROM THE SOUTH AFRICAN REVENUE SERVICE (SARS) AND IF NOT REGISTER AS PER 2.3 BELOW. PART B: TERMS AND CONDITIONS FOR BIDDING 1. BID SUBMISSION: 1.1. BIDS MUST BE DELIVERED BY THE STIPULATED TIME TO THE CORRECT ADDRESS. LATE BIDS WILL NOT BE ACCEPTED FOR CONSIDERATION. 1.2. ALL BIDS MUST BE SUBMITTED ON THE OFFICIAL FORMS PROVIDED–(NOT TO BE RE-TYPED) OR IN THE MANNER PRESCRIBED IN THE BID DOCUMENT. 1.3. THIS BID IS SUBJECT TO THE PREFERENTIAL PROCUREMENT POLICY FRAMEWORK ACT, 2000 AND THE PREFERENTIAL PROCUREMENT REGULATIONS, 2022, THE GENERAL CONDITIONS OF CONTRACT (GCC) AND, IF APPLICABLE, ANY OTHER SPECIAL CONDITIONS OF CONTRACT. 1.4. THE SUCCESSFUL BIDDER WILL BE REQUIRED TO FILL IN AND SIGN A WRITTEN CONTRACT FORM (SBD7). 2. TAX COMPLIANCE REQUIREMENTS 2.1 BIDDERS MUST ENSURE COMPLIANCE WITH THEIR TAX OBLIGATIONS. 2.2 BIDDERS ARE REQUIRED TO SUBMIT THEIR UNIQUE PERSONAL IDENTIFICATION NUMBER (PIN) ISSUED BY SARS TO ENABLE THE ORGAN OF STATE TO VERIFY THE TAXPAYER’S PROFILE AND TAX STATUS. 2.3 APPLICATION FOR TAX COMPLIANCE STATUS (TCS) PIN MAY BE MADE VIA E-FILING THROUGH THE SARS WEBSITE WWW.SARS.GOV.ZA. 2.4 BIDDERS MAY ALSO SUBMIT A PRINTED TCS CERTIFICATE TOGETHER WITH THE BID. 2.5 IN BIDS WHERE CONSORTIA / JOINT VENTURES / SUB-CONTRACTORS ARE INVOLVED, EACH PARTY MUST SUBMIT A SEPARATE TCS CERTIFICATE / PIN / CSD NUMBER. 2.6 WHERE NO TCS PIN IS AVAILABLE BUT THE BIDDER IS REGISTERED ON THE CENTRAL SUPPLIER DATABASE (CSD), A CSD NUMBER MUST BE PROVIDED. 2.7 NO BIDS WILL BE CONSIDERED FROM PERSONS IN THE SERVICE OF THE STATE, COMPANIES WITH DIRECTORS WHO ARE PERSONS IN THE SERVICE OF THE STATE, OR CLOSE CORPORATIONS WITH MEMBERS PERSONS IN THE SERVICE OF THE STATE.” NB: FAILURE TO PROVIDE / OR COMPLY WITH ANY OF THE ABOVE PARTICULARS MAY RENDER THE BID INVALID. SIGNATURE OF BIDDER: ................................................... CAPACITY UNDER WHICH THIS BID IS SIGNED: ................................................... (Proof of authority must be submitted e.g. company resolution) DATE: ................................................... Rev 02 Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 CSIR Tender Documentation Annexure B Scope of Services for the provision of manufacturing supplier profiles onto the CSIR technology localisation Implementation unit’s database. RFP No. 1210/23/01/2026 1. INVITATION FOR PROPOSAL Proposals are hereby invited for the provision of supplier profiles onto the CSIR Database The purpose of the Request for Proposal (RFP) is to obtain capability, pricing and general information on the business of potential Contractors for the CSIR to determine the Contractors most capable of providing the service. This RFP document details and incorporates, as far as possible, the tasks and responsibilities of the potential bidder required by the CSIR. This RFP does not constitute an offer to do business with the CSIR, but merely serves as an invitation to bidder(s) to facilitate a requirements-based decision process. Responses to this Request for Proposal (RFP) (hereinafter referred to as a Bid or a Proposal) are requested from suitably qualified entities (hereinafter referred to as a Respondent or Bidder) for the provision of supplier profiles onto the CSIR Database. 2. PROPOSAL REQUIREMENTS All proposals are to be submitted in a format specified in this enquiry However, bidders are welcome to submit additional / alternative proposals over and above the originally specified format. 2.1. Technical Proposal The following must be submitted as part of the technical proposal: a. Detailed Technical Proposal Rev 02 Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 CSIR Tender Documentation 2.2. Financial Proposal: The following must be submitted as part of the financial proposal: • Completed Pricing Schedule (Annexure D) on official company letterhead. • CSD registration report (RSA suppliers only). 3. PROPOSAL SPECIFICATION 3.1. Scope of Work Proposals are hereby invited for the provision of supplier profiles onto the CSIR Database. All proposals are to be submitted in a format specified in this enquiry (if applicable). However, tenderers are welcome to submit additional / alternative proposals over and above the originally specified format. • A profiling template will be provided electronically from which the profile could be uploaded directly onto the TLIU database. • A total number of 800 profiles need to be collected and uploaded as directed by CSIR. • Only Manufacturing and Infrastructure development suppliers will be uploaded. • Previous profiling experience is required. • Manufacturing exposure and knowledge and project management skills is required. Suppliers should specify their approach, duration and pricing per company, as well as an aggregate price for the whole project. If successful profiler/supplier should contact or visit the companies in order to be able to provide relevant information based on their size and readiness. Service providers should keep the maturity levels of the companies in mind and quote accordingly. • Monthly progress report will have to be submitted to the CSIR. Rev 02 Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 CSIR Tender Documentation Annexure C Technical Evaluation Matrix/Rubrics The provision of manufacturing supplier profiles onto the CSIR technology localisation Implementation unit’s database. RFP No. 1210/23/01/2026 Scoring sheet to be used to evaluate functionality Item Functional Criteria Weighting 0 6 8 10 No 1 Company experience 30 Has less than 3 Has at least 3 Company has at Company has years’ project years’ but less least 4 – 5 more than 5 management than 4 years in years’ relevant years’ relevant and profiling project project project experience management management management and and profiling and profiling profiling experience experience experience 2 Project Leader’s 25 The project The project The project The project leader Experience (Capacity to leader has less leader has 3 but leader has 6 to has more than 7 perform – The service than 3 years’ less than 6 7 years’ years’ experience provider must have the experience in years’ experience in in profiling level of expertise, profiling experience in profiling companies and experience and skills of companies and profiling companies and manufacturing resources available) manufacturing companies and manufacturing experience experience manufacturing experience experience 3 Relevant References 20 Less than 3 At least 3-4 At least 5-6 At least 7 contactable contactable contactable contactable references of references of references of references of similar similar similar similar successful successful successful projects provided. Rev 02 Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 CSIR Tender Documentation successful projects projects Only a list of projects provide provided - Only provided - Only contactable a list of a list of references which contactable contactable not more than 5 references references years old which not more which not more than 5 years old than 5 years old 4 Methodology Approach 25 Generic The method and Clearly outlined Statement No information approach for method and methodology, provided with delivering the approach for project plan or limited or lack project has delivering the timelines clear structure, been provided, project has been provided methodology, but with some provided. - This timelines and limitations includes timelines, project plan structure, and project plan Rev 02 Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 Annexure D Pricing Schedule - Professional Services The provision of manufacturing supplier profiles onto the CSIR technology localisation Implementation unit’s database. RFP No. 1210/23/01/2026 Item Description Quantity Unit Price Total Price No (VAT Excl.) (VAT Excl.) 1 Profiling and uploading of supplier’s 800 profiles onto CSIR’s database 2 Monthly progress report- minimum of 100 8 suppliers to be profiled per Month 3 Close out report 1 Total Price (VAT Excl.) VAT (15%) Total Price (VAT Incl.) Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 Annexure E Proposal Form and List of Returnable Documents The provision of manufacturing supplier profiles onto the CSIR technology localisation Implementation unit’s database. RFP No. 1210/23/01/2026 I/We_________________________________________________________________________ [name of entity, company, close corporation or partnership] of [full address] ____________________________________________________________________________ _____________________________________________________________________________ carrying on business trading/operating as _____________________________________________________________________________ represented by __________________________________________________in my capacity as _____________________________________________________________________________ being duly authorised thereto by a Resolution of the Board of Directors or Members or Certificate of Partners, dated _________________to enter into, sign execute and complete any documents relating to this proposal and any subsequent Agreement. The following list of persons are hereby authorised to negotiate on behalf of the abovementioned entity, should CSIR decide to enter into Post Tender Negotiations with shortlisted bidder(s). FULL NAME(S) CAPACITY SIGNATURE ________________________ ______________________________ ____________________ ________________________ ______________________________ ____________________ ________________________ ______________________________ ____________________ ________________________ ______________________________ ____________________ I/We hereby offer to supply the abovementioned Services at the prices quoted in the schedule of prices in accordance with the terms set forth in the documents listed in the accompanying schedule of RFP documents. Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 I/We agree to be bound by those conditions in CSIR’s: 1. General RFP Terms and Conditions; and CSIR’s Purchasing Terms and Conditions or Any other standard or special conditions mentioned and/or embodied in this Request for Proposal. I/We accept that unless CSIR should otherwise decide and so inform me/us in writing of award/intent, this Proposal [and, if any, its covering letter and any subsequent exchange of correspondence], together with CSIR’s acceptance thereof shall constitute a binding contract between CSIR and me/us. I/We further agree that if, after I/we have been notified of the acceptance of my/our Proposal, I/we fail to enter into a formal contract if called upon to do so, or fail to commence the supply of Services within 4 [four] weeks thereafter, CSIR may, without prejudice to any other legal remedy which it may have, recover from me/us any expense to which it may have been put in calling for Proposals afresh and/or having to accept any less favourable Proposal. I/We accept that any contract resulting from this offer will be for a period as determined by the CSIR. Furthermore, I/we agree to a penalty clause/s which will allow CSIR to invoke a penalty against us for non-compliance with material terms of this RFP including the delayed delivery of the Services due to non-performance by ourselves, failure to meet Subcontracting. I/we agree that non-compliance with any of the material terms of this RFP, including those mentioned above, will constitute a material breach of contract and provide CSIR with cause for cancellation. ADDRESS FOR NOTICES The law of the Republic of South Africa shall govern any contract created by the acceptance of this RFP. The domicilium citandi et executandi shall be a place in the Republic of South Africa to be specified by the Respondent hereunder, at which all legal documents may be served on the Respondent who shall agree to submit to the jurisdiction of the courts of the Republic of South Africa. Foreign Respondents shall, therefore, state hereunder the name of their authorised representative in the Republic of South Africa who has the power of attorney to sign any contract which may have to be entered into in the event of their Proposal being accepted and to act on their behalf in all matters relating to such contract. Respondent to indicate the details of its domicilium citandi et executandi hereunder: Name of Entity: _____________________________________________________________________________ Facsimile: _____________________________________________________________________ Address: ______________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 NOTIFICATION OF AWARD OF RFP As soon as possible after approval to award the contract(s), the successful Respondent [the Service provider] will be informed of the acceptance of its Proposal. Unsuccessful Respondents may be advised in writing of the name of the successful Service provider and the reason as to why their Proposals have been unsuccessful, for example, in the category of price, delivery period, quality, B-BBEE or for any other reason. VALIDITY PERIOD CSIR requires a validity period of 90 [Ninety calendar Days from closing date] against this RFP. Bidders are to note that they may be requested to extend the validity period of their bid, at the same terms and conditions, if the internal evaluation process has not been finalised within the validity period. However, once the adjudication body has approved the process and award of the business to the successful bidder(s), the validity of the successful bidder(s)’ bid will be deemed to remain valid until a final contract has been concluded. NAME(S) AND ADDRESS / ADDRESSES OF DIRECTOR(S) OR MEMBER(S) The Respondent must disclose hereunder the full name(s) and address(s) of the director(s) or members of the company or close corporation [C.C.] on whose behalf the RFP is submitted. 1. Registration number of company / C.C. _____________________________________________________ 2. Registered name of company / C.C. _____________________________________________________ 3. Full name(s) of director/member(s) Address/Addresses ID Number(s) __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 RETURNABLE DOCUMENTS Returnable Documents means all the documents, Sections and Annexures, as listed in the tables below. a) Mandatory Returnable Documents Failure to provide any Mandatory Returnable Documents at the closing date and time of this bid will result in a Respondent’s disqualification. Bidders are therefore urged to ensure that all these documents are returned with their Proposals. Please confirm submission of the mandatory Returnable Documents detailed below by so indicating [Yes or No] in the table below: MANDATORY RETURNABLE DOCUMENTS SUBMITTED [Yes/No] Annexure D: Pricing Schedule or Bill of Quantities In the case of Joint Ventures, bidder must submit a copy of the signed Joint Venture Agreement. In the case of subcontracting arrangements, bidder must submit a copy of the signed subcontracting agreement. b) Essential Returnable Documents In addition to the requirements of section (a) above, Respondents are further required to submit with their Proposals the following essential Returnable Documents as detailed below. Essential Returnable Documents required for evaluation purposes: Failure to provide any essential Returnable Documents used for purposes of scoring a bid, by the closing date and time of this bid will not result in a Respondent’s disqualification. However, Bidders will receive an automatic score of zero for the applicable evaluation criterion. Bidders are therefore urged to ensure that all these documents are returned with their Proposals. Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51 Please confirm submission of these essential Returnable Documents by so indicating [Yes or No] in the table below: ESSENTIAL RETURNABLE DOCUMENTS USED FOR SCORING SUBMITTED Annexure G: Preference Points Award Form in Terms of the Preferential Procurement Regulations 2022 (Mandatory documents to claim preference points) • Valid copy of BBBEE certificate/ sworn affidavit ✓ In case of unincorporated trust, consortium or joint venture, they must submit their consolidated B-BBEE scorecard with their individual B-BBEE Certificate or Sworn Affidavit. ✓ In case of sub-contracting both parties must submit copies of their valid BBBEE certificates. NB: Non-submission or invalid submission will result in zero points. Should the individual entity’s B-BBEE Certificate or Sworn Affidavit of the unincorporated trust, consortium or joint venture parties be invalid, the joint venture scorecard will also be invalid. Other Essential Returnable Documents: Failure to provide other essential Returnable Documents may result in a Respondent’s disqualification. Bidders are therefore urged to ensure that all these documents are returned with their Proposals. Please confirm submission of these essential Returnable Documents by indicating Yes or No in the table below OTHER ESSENTIAL RETURNABLE DOCUMENTS SUBMITTED [Yes/No] Annexure A: Standard Bidding Document (SBD) 1 Form Annexure E: Proposal Form and List of Returnable documents (This document) Annexure F: Certificate of Acquaintance with RFP, Terms & Conditions & Applicable Documents Annexure H: Standard Bidding Document (SBD) 4 Form Annexure I: RFP Declaration and Breach of Law Form Annexure J: Mutual Non-Disclosure Agreement Request for Proposal CSIR RFP No. 1210/23/01/2026 of 51

Compliance Requirements

No specific requirements found
Tender Documents (1)

RFP No. 1210-23-01-2026.pdf

View

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

Discussion