Case Law[2025] ZAGPPHC 191South Africa
Ndodana Consulting Engineers (Pty) Ltd and Others v South African National Roads Agency SOC Limited and Others (B3733/23) [2025] ZAGPPHC 191 (27 February 2025)
High Court of South Africa (Gauteng Division, Pretoria)
27 February 2025
Headnotes
to be the successful bidder and was awarded the three tenders despite its tenders being significantly higher than Ndodana’s, and in two of the tenders were the highest tenders submitted.
Judgment
begin wrapper
begin container
begin header
begin slogan-floater
end slogan-floater
- About SAFLII
About SAFLII
- Databases
Databases
- Search
Search
- Terms of Use
Terms of Use
- RSS Feeds
RSS Feeds
end header
begin main
begin center
# South Africa: North Gauteng High Court, Pretoria
South Africa: North Gauteng High Court, Pretoria
You are here:
SAFLII
>>
Databases
>>
South Africa: North Gauteng High Court, Pretoria
>>
2025
>>
[2025] ZAGPPHC 191
|
Noteup
|
LawCite
sino index
## Ndodana Consulting Engineers (Pty) Ltd and Others v South African National Roads Agency SOC Limited and Others (B3733/23) [2025] ZAGPPHC 191 (27 February 2025)
Ndodana Consulting Engineers (Pty) Ltd and Others v South African National Roads Agency SOC Limited and Others (B3733/23) [2025] ZAGPPHC 191 (27 February 2025)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAGPPHC/Data/2025_191.html
sino date 27 February 2025
§REPUBLIC OF
SOUTH AFRICA
IN THE HIGH COURT OF
SOUTH AFRICA
GAUTENG DIVISION,
PRETORIA
CASE NO.: B3733/23
(1)
REPORTABLE: NO
(2) OF
INTEREST TO OTHER JUDGES: NO
(3)
REVISED: NO
Date: 27 February
2025
E van der Schyff
In
the matter between:
NDODANA
CONSULTING ENGINEERS (PTY) LTD
FIRST APPLICANT
OARONA
CONSULTING AND ENGINEERING (PTY) LTD
SECOND
APPLICANT
NDODANA-OARONA
JOINT VENTURE
THIRD APPLICANT
and
SOUTH
AFRICAN NATIONAL ROADS AGENCY
SOC
LIMITED
FIRST RESPONDENT
INGEROP
SOUTH AFRICA (PTY) LTD
SECOND RESPONDENT
HORIZON
CONSULTING ENGINEERS (PTY) LTD
THIRD RESPONDENT
THE
INGEROP-HORIZON JOINT VENTURE
FOURTH RESPONDENT
JUDGMENT
Van der Schyff J
Introduction
[1]
The first respondent, the South African
National Roads Agency SOC Limited (“SANRAL”), is an
independent statutory company.
It operates in terms of its founding
legislation, the South African National Roads Agency Limited and
National Roads Act 7 of 1998.
SANRAL’s statutory mandate
includes the financing, improvement, management, and maintenance of
the national road network
in South Africa.
[2]
In September 2022, SANRAL issued three
tenders in which it sought consulting engineering services for the
routine road maintenance
(RRM) of freeways in and around Tshwane,
Johannesburg, and Ekurhuleni, (the “Gauteng Freeways”)
respectively. The applicants,
collectively referred to as Ndodana,
and the second to fourth respondents, collectively referred to as
Ingerop, were among the
parties that submitted tenders in respect of
the Gauteng Freeways.
[3]
Ndodana, the incumbent service provider,
has been the successful bidder since February 1997 when the three RRM
contracts were first
awarded to it. Ndodana has been doing the same
work that went out on tender in relation to the same three sections
of the Gauteng
Freeways for the past 25 years. This round, Ndodana’s
bids were, however, found to be non-responsive. Ingerop was
ultimately
held to be the successful bidder and was awarded the three
tenders despite its tenders being significantly higher than
Ndodana’s,
and in two of the tenders were the highest tenders
submitted.
[4]
Ndodana subsequently approached the urgent
court for interim relief, pending the review. Interim relief was
granted. I am herein
seized with the review proceedings.
[5]
Ndodana essentially seeks this court to
review and set aside SANRAL’s decisions to declare its bid
submissions to be non-responsive,
to declare its bid submissions
responsive, to review and set aside the decisions to award the
tenders to Ingerop, and to remit
the decisions back to SANRAL. The
bids were respectively submitted for the following contracts:
i.
SANRAL X.002-160-2023/IF (Toll) and
X.002-161-2023/1F (Non-Toll) for Consulting Engineering Services for
the Routine Road Maintenance
of National Route N4 Section 1, N4
Section 11 & 12, N4 Section 21, R21 Section 2, R104 Sections 1 &
2 and R 573 (Tshwane
Freeway RRM);
ii.
SANRAL X.002-162-2023/1F (Toll) and
X.017-010-2023/1F (Non-Toll) for Consulting Engineering Services for
the Routine Road Maintenance
of National Route N1 Section 19, N1
section 20, N1 Section 21, N3 Section 2, N12 Section 18 and N17
Section 1(Johannesburg Freeway
RRM);
iii.
SANRAL X.002-163-2023/IF (Toll) and
X.003-161-2023/1F (Non-Toll) for Consulting Engineering Services for
the Routine Road Maintenance
of National Route R 21 section 1& 2,
N 12 Sections 18 & 19, N3 Sections 11 & 12 and N17 Section 2
(Ekurhuleni Freeway
RRM);
[6]
Ndodana initially raised several grounds of
review. It took issue with the procedure followed in declaring its
tenders non-responsive
and the reasons provided for the decisions.
After having had the benefit of scrutinising the record provided by
SANRAL, Ndodana
raised two further grounds of review, to wit, a
reasonable perception of bias and that the decision-maker was not
properly constituted
and subsequently lacked authority. In this
judgment, I commence by considering the averment that the
decision-maker was not properly
constituted and the ensuing
consequences.
Was the decision-maker
properly constituted?
[7]
After having had the opportunity to
scrutinise the record provided by SANRAL, Ndodana concluded that the
record does not demonstrate
compliance with the tender requirements
governing the constituency of the Bid Evaluation Committee (the
“BEC”).
[8]
The record reflects that the BEC held a
meeting on 2 March 2023. Seven voting members were in attendance.
These were Mr. Moloto,
Mr. Rughodo, Mr. Nogwaza, Mr. Gogotya, Ms.
Faku, Ms. Ndugane and Ms. Dladla. A second meeting was held on 23
March 2023. The minutes
reflect the attendance of five voting
members, Mr. Moloto, Mr. Rughodo, Mr. Nogwaza, Ms. Ndugane and Mr.
Gogotya. Ndodana’s
disqualification and Ingerop JV’s
appointment were apparently approved at the BEC meeting on 23 March
2023.
[9]
Mr. Gogotya is identified as a voting
member who attended both the meetings. He, however, did not qualify
to be a voting member
on 2 March 2023 or 23 March 2023 as his letter
of appointment to the BEC reflects that his term of office expired on
1 March 2023.
[10]
Ndodana averred in the confidential
supplementary affidavit filed that it appears that the BEC might not
have been quorate or legitimately
constituted. Since the record does
not reflect anything to gainsay this averment, Ndodana invited SANRAL
to respond to this averment.
[11]
SANRAL, however, did not file a further
supplementary answering affidavit after having received the
confidential supplementary affidavit
filed by Ndodana. Ingerop,
in its confidential answering affidavit explained that the BEC is
only responsible for the evaluation
of the bids submitted in response
to a public invitation for bids. The BEC then submits a report and
recommendation to the Bid
Adjudication Committee (the “BAC”).
The BEC is an evaluation committee. The final decision of the
appointment lies
with the BAC. Ingerop conceded that Mr. Gogotya’s
appointment to the BEC expired. Ingerop claims, however, that five
members
were appointed to the BEC, that all five members attended
both meetings and states that even if it is argued that Mr. Gogotya
was
not a member of the BEC then four members attended and a quorum
was met.
[12]
The court is left in the dark as far as the
compilation of the BEC is concerned since the minutes of the BEC
reflect that seven
voting members attended the first and five voting
members attended the second BEC meeting. The court has not been
provided with
any information as to the minimum required members or
whether a quorum was prescribed in the enabling policies or
regulations.
In the absence of any other facts brought to the fore by
SANRAL, it is common cause that the BEC was not properly constituted
in
that Mr. Gogotya attended and participated as if he was a member
of the BEC, whilst his appointment has in actual fact expired.
[13]
In
Actaris
South Africa (Pty) Ltd v Sol Plaatje Municipality and Another
[1]
the court held that decisions based on recommendations of a bid
evaluation committee that was not properly constituted do not pass
muster. In
Mjayeli
Security (Pty) Ltd and Another v South African Broadcasting
Corporation SOC Limited and Others
[2]
the court held that the decisions and recommendations of an
improperly constituted BEC are invalid and that this alone is
sufficient
reason to set aside any decision based on such
recommendations.
[14]
The conundrum caused by Mr. Gogotya’s
participation in the BEC’s meetings transcends the question of
whether the BEC
is a voting committee and whether the meeting was
quorate. The fact is that a person who was not authorised or
appointed to participate
in the evaluation of the bids, participated
as a ‘voting member’. Irrespective of whether any actual
voting occurred,
the only inference that can be drawn from Mr.
Gogotya being reflected as a voting member is that he actively
participated in the
evaluation process and engaged with the committee
members on the topic as being a member of the BEC. The court is in
the dark about
the extent of his participation and the manner in
which he could or did influence the other members’ views on the
tenders.
[15]
It
is trite that bid evaluation committees are responsible for the
evaluation of bids submitted in response to a public invitation
for
bids.
[3]
The evaluation of the
bids must be done in accordance with the specifications for the
particular procurement. The BEC must evaluate
the responsiveness of
bids and the ‘ability’ of each responsive bidder to
execute the contract.
[16]
Having
regard to the important function of a BEC, and the reliance placed by
a BAC on the recommendations of a BEC, I must find
that Mr. Gogotya’s
presence and participation caused the BEC not to be properly
constituted and tainted the sitting of the
BEC and any decision made
by it. This case is to be distinguished from the position in
Aurecon
South Africa (Pty) Ltd v City of Cape Town
,
[4]
where a case was made out that the regulatory framework allows
participation by non-members of the BEC in the evaluation of tenders.
In
Aurecon
the non-member in question was not considered to be a member of the
BEC. All the participants understood that he was there only
in an
advisory capacity. In
casu,
SANRAL
did not rely on any provision in any relevant document or regulation
allowing a non-member of the BEC to participate in or
advise the BEC
in connection with the scoring process or attending committee
meetings in an advisory capacity. Mr. Gogotya, in
any event, did not
participate in an advisory capacity but as a committee member. On
this ground alone, the applicant stands to
succeed in seeking the
review and setting aside of the decisions to find Ndodana’s
bids non-responsive and to award the respective
tenders to Ingerop.
Substantive grounds
for reviewing and setting aside the impugned decisions
[17]
Ndodana raised several substantive grounds
for review. Despite finding that the impugned decisions stand to be
reviewed and set
aside because the BEC was not properly constituted,
it is necessary to have regard to the other grounds of review raised
by Ndodana.
These issues need to be clarified to prevent them from
occurring again in the future. To contextualise the discussion and
the findings
to be made, it is necessary to set out the factual
context in more detail.
Factual matrix
[18]
SANRAL utilised the ‘two-envelope’
bidding system when it called for the respective Gauteng Freeways’
tenders.
It is trite that the ‘two-envelope’ system
allows for the evaluation of technical merit without initially
considering
the price. The second envelope is only opened in relation
to those bidders who met the technical and functionality
requirements.
[19]
In all three tenders, Ndodana, who was the
consultant on the Gauteng Freeways for the past 25 years, passed the
technical and functionality
evaluation. All bidders who passed the
functionality evaluation were then evaluated on ‘price and
preference’. After
the second envelopes were opened, Ndodana
scored the highest number of points in each of the three tenders.
Since the second envelopes
were publicly opened, it is apt to provide
the respective tender amounts and total points obtained by each
consultant who submitted
a tender.
Tshwane
Consultant
Price
Total points
1
R 25 915 255.18
98
Ndodana
R 26 218 571.13
99.06
3
R 26 389 860.75
98.53
4
R 26 622 183.75
97.82
5
R 26 970 628.00
96.74
6
R 27 562 050.00
94.92
7
R 29 163 310.00
89.97
Ingerop
R 32 763 097.50
78.86
JHB
Consultant
Price
Total points
Ndodana
R 31 453 687.38
100
2
R 31 620 796.87
99.57
3
R 32 203 128.00
98.09
4
R 32 794 550.00
96.59
5
R 34 395 810.00
92.52
6
R 34 867 545.75
91.32
Ingerop
R 38 047 922.50
83.23
Ekhurhuleni
Consultant
Price
Total points
Ndodana
R 26 966 444.88
100
2
R 27 098 226.25
99.61
3
R 27 718 128.00
97.77
4
R 28 309 550.00
96.02
5
R 29 324 810.25
93.00
6
R 29 900 460.00
91.30
Ingerop
R 33 518 072.50
80.56
8
R 36 255 762.50
72.44
[20]
Despite the fact that Ndodana had the
lowest price and scored the highest points at the pricing stage on
two of the tenders and
on the remaining tender, through a combination
of its BEE ranking and price still scored the highest points although
it did not
tender the lowest amount, the tenders were awarded to
Ingerop. The rule 53 record revealed that all the bids, save for that
of
Ingerop and one other bidder on the Ekhurhuleni tender, were found
to be non-responsive. It is the decision to find Ndodana’s
bids
non-responsive, that essentially lies at the heart of this review
application. I pause to note that I find it curious that
tenders were
declared non-responsive after being ranked according to the points’
system. Generally, only responsive tenders
are ranked. This
contributes to the court’s discomfort with the process followed
by SANRAL.
[21]
The BEC met twice after the second
envelopes were opened. The first meeting took place on 2 March 2023,
and the second on 23 March
2023. No transcribed record of the BEC
meetings that were conducted virtually was attached to the documents
presented to the court.
What is clear, however, is that SANRAL
requested Ndodana and all the other bidders, except Ingerop and one
other bidder in the
Ekurhuleni tender, to justify their prices after
the first meeting, and in letters dated 9 March 2023.
[22]
I pause to note that every consultant who
submitted a lower bid than Ingerop received a request to justify its
prices. It also needs
to be mentioned that when Ndodana submitted its
tenders in October 2022, the second envelopes each contained a cover
letter wherein
Ndodana explained its pricing strategy. Ndodana
informed the procurement officer, and essentially the BEC, of the
following:
i.
‘
Ndodana Consulting Engineers
(Pty) Ltd has been involved with the routine road maintenance of the
Johannesburg, Tshwane and Ekurhuleni
freeways for over 2 decades.
Currently Ndodana Oarona JV is appointed in the three existing
routine road maintenance contracts:
…
This continuous
involvement has allowed Ndodana to garner a substantial amount of
knowledge and records on the existing RRM infrastructure
and issues
on the road and built up an experienced RRM team with extensive
experience on the Gauteng freeways.
These past
appointments have given Ndodana Oarona JV the critical knowledge and
access to information that has influenced our pricing
strategy and
allows for certain pay-items to be priced more economically than
other tenderers who may not have the same amount
of experience.’
[23]
Ndodana then referred to 8 specific
pay-items to illustrate their strategy e.g.:
i.
34:02 Tender Evaluation Report
Ndodana Oarona JV has
evaluated these RRM tenders multiple times and has templates
available.
ii.
35.02(c) Establishment of office equipment
All equipment is
currently available on our existing sites and establishment will be a
minimal cost.
iii.
35:07 Routine Maintenance and Slope
Management System
Based on current
experience, procedures and company standard operating procedures
these items are achievable at minimal additional
costs as there is
always a Route Manager or Assistant Route Manager on standby at all
hours.
[24]
In regards to some of the pay-items,
Ndodana quoted nominal amounts, e.g. in 32.01(a), 32.01(c), 32,02,
34.01(a),34.01(c), 34.02,
34.03, 35.01(c)(iii), 35.01(b), 35.05,
35.06. Ndodana’s justification for this boils down to it
stating that as the incumbent
contractor, it already has the
necessary skills, knowledge, infrastructure or personnel to fulfill
the functions at minimal cost.
[25]
The record provided to the court does not
reflect that the BEC gave any consideration to Ndodana’s
pricing strategy explanation
before the price justification letters
were sent.
[26]
In the price justification letters of 9
March 2023, SANRAL informed all the bidding consultants who submitted
lower tenders than
Ingerop, including Ndodana, of the following:
i.
SANRAL is currently conducting tender
evaluation;
ii.
During the evaluation process, it was found
that the tender submission contains ‘numerous unacceptable
rates’;
iii.
In most instances, there are numerous zero
rates, very high rates, and very low rates;
iv.
The tender offer can be said to be
unbalanced;
v.
SANRAL has many examples where the
acceptance of unbalanced tenders poses a problem for SANRAL in the
execution of the contracts;
vi.
Very high-rate items and very low-rate
items are a cause of concern as it may constitute a considerable
financial risk in the event
of possible variations in quantities,
claims etc.;
vii.
Where items have been priced very low, it
would cause similar risk to the bidder in the event of ‘scope
execution at economically
unviable rates, scope creep and increased
quantities etc.’;
viii.
An indication of the items with rates
considered as unbalanced are marked up in the Bill of Quantities
attached. Rates identified
as ‘low rates’ ‘
that
may be of concern to the tenderer’
are indicated in blue, rates identified as high rates ‘
and
being a risk to SANRAL’
are
indicated in red; zero rates are indicated in yellow.
ix.
The highlighted tendered rates are of
concern as these constitute unhealthy competition;
x.
SANRAL drew the bidders’ attention to
clause 2.1.10 of the Pricing Schedule, that in SANRAL’s view
meant that ‘tenderers
are expected to submit rates that can
stand by themselves for payment of work done’.
xi.
Bidders were called to adjust rates by
reducing very high items and submitting economically viable or market
rates for items marked
as low or zero rates, whilst keeping the
overall tender price the same as the tendered sum.
xii.
Where R0 rates are provided, bidders are
requested to provide justification on how they would execute the
contract without having
priced the item in question.
[27]
All the items marked in Ndodana’s
Bill of Quantities were marked blue, hence identifying the rates as
‘low rates’.
[28]
Ndodana’s responses to the price
justification letters are dated 16 March 2023. Ndodana’s
response to the price justification
request in all their tenders was
as follows:
i.
Ndodana noted SANRAL’s concerns
related to the very low rates compared to generally accepted
market-related rates;
ii.
Ndodana has ‘intentionally tendered
in this way to ensure that they remain in touch in this competitive
environment’;
iii.
Ndodana reiterated its prior involvement in
routine road maintenance on these specific freeways for over 2
decades;
iv.
This continuous involvement allowed Ndodana
to garner a substantial amount of knowledge, records and develop
standard operating
procedures for most instances on the existing RRM
infrastructure and issues on the road;
v.
Ndodana built up an experienced RRM team
with extensive experience on the Gauteng Freeways
vi.
Ndodana has gained critical knowledge and
access to information that influenced its pricing strategy;
vii.
This allows for certain pay-items to be
priced more economically than other tenderers who may not have the
same amount of experience;
viii.
Pricing some of these items higher would be
charging SANRAL twice for work that has already been completed, and
this could be construed
as unethical;
ix.
Ndodana again referred to practical
instances and specific price-items and provided reasons for each low
tender;
x.
Ndodana commented on each line item in the
Bill of Quantities justifying the particular rate and confirmed that
‘each stage/phase
of a project is priced separately and no
cross-subsidisation between phases/stages occurs.’
xi.
Ndodana
concluded its justification letter with the undertaking that ‘any
increase in the quantities
[5]
will not result in any claim for amendment rates or additional
costs’.
[29]
Due to the pricing strategy it followed, it
was difficult for Ndodana to balance rates without affecting the
total price of the
tender. Ndodana kept the rates of each price item
in the Bill of Quantities unchanged.
[30]
Presumably after the BEC received the
respective consultants' justification or adjustments, memoranda were
prepared that were eventually
submitted to the BAC. These were
presumably discussed at the second BEC meeting on 23 March 2023. In
these memoranda, the following
is, amongst other recorded:
‘
During
the tender evaluation process, it was found that several service
provider’s (
sic)
tender submissions contained numerous unacceptable rates. In most
instances, service providers have tendered numerous zero cost
rates,
very high rates, and very low rates, and therefore deeming the
received tender offers unbalanced.
SANRAL has many examples
where the acceptance of underpriced and unbalanced tenders poses a
problem for SANRAL in the execution
of contracts.’
[31]
The BEC then identified Ndodana as one of
the bidders who submitted ‘unreasonable and out of proportion’
tenders due
to the majority of their tendered rates being
‘unrealistic’.
[32]
The BEC, relying on Tender Clause 2.1.10,
and Tender Clause 3.8.2 declared these bids non-responsive. Tender
Clause2.1.10 provides
as follows:
‘
A
tender may be deemed non-responsive if the unit rates or lump sums
for some of the items in the Pricing Schedule are, in the opinion
of
the Employer, unreasonable or out of proportion, and if the tenderer
fails, within a period of seven (7) days of having been
notified in
writing by the Employer to adjust the unit rates or limp sums for
such items, to make such adjustments.’
Tender Clause 3.8.2
provides that a responsive tender is one that conforms to all the
terms, conditions and scope of work of the
tender documents, without
material deviation or qualification. A material deviation or
qualification is one which, in the employer’s
opinion, would
·
Detrimentally affect the scope, quality, or
performance of the works, services or supply identified in the scope
of works,
·
Significantly change the employer’s
or the tenderers risk and responsibilities under the contract, or
·
Affect the position of other tenderers
presenting responsive tenders, if it were rectified.
[33]
The rule 53 record indicates that none of
the bidders’ responses to SANRAL were acceptable to SANRAL as
SANRAL declared the
bids non-responsive. This effectively
disqualified all but Ingerop and one bidder in the Ekhurhuleni tender
from competing for
the Gauteng Freeway tenders. Coincidentally, all
bidders who submitted prices cheaper than Ingerop were disqualified.
[34]
The record also reflects that the BEC
prepared two standardised responses that were respectively used in
the respective memoranda
in cases where the consultant’s bid
was regarded to be too high or too low. The record provided does not
indicate that each
individual consultant’s price justification
was carefully scrutinised and analysed. It seems as if the respective
consultants’
justification was grouped together based on the
nature of the justification and then generically dealt with.
[35]
The detailed information contained in the
rule 53 record reflected above was, however, not available to Ndodana
before the record
was filed. After Ndodana responded to SANRAL’s
price justification letter in March 2023, it did not receive any
further communication
from SANRAL. Ndodana’s legal
representative sent a letter dated 2 May 2023 to SANRAL. Ndodana,
among others, requested to
be informed whether it was indeed
eliminated, for example, by its bids being declared unresponsive, and
if so, on what grounds.
It is only after this letter was sent that
Ndodana was informed that SANRAL, already on 29 and 30 March 2023,
had awarded all three
tenders to Ingerop
[36]
SANRAL provided its reasons in a letter
dated 10 May 2023. The reason for SANRAL’s decision to declare
Ndodana’s bid
unresponsive, is contained in one paragraph of a
letter containing 18 paragraphs. Paragraph 13 of the letter reads as
follows:
‘
In
this instance, SANRAL duly complied with the above and having
assessed your client’s bid and responses as provided on 16
March 2023 determined that your client’s bid was nonresponsive
for it did not comply with the
conditions and scope requirements for this tender, as the rates
provided could not economically stand
by themselves for the contract
specification and scope deliverables in question without seeking
additional funding from other income
sources or from other rate items
in the Bill of Quantities.’
(My
emphasis.)
This,
SANRAL contended, constitutes a material deviation from the tender
documents, which rendered the bids non-responsive.
The parties’
submissions
[37]
Ndodana asserts that SANRAL (i) afforded a
wrong interpretation to Tender Clause 2.1.10 and paid mere lip
service to the
audi et alteram
partem
principle engrained in the clause; (ii) SANRAL did not follow the
prescribed mandatory procedure outlined in its own tender documents;
(iii) SANRAL’s reasons are irrational in the sense that its
decision to eliminate Ndodana was insufficiently connected to
the
purpose of the tender and the information that served before the
decision-makers; (iv) SANRAL failed to take certain relevant
considerations into account; (v) SANRAL’s procedure was unfair
in that it failed to adequately give the applicants prior
audi
alteram partem;
and (vi) in taking the
impugned decisions SANRAL was biased or can reasonably be suspected
of bias.
[38]
SANRAL contends that after considering
Ndodana’s bids and the low rates contained therein, SANRAL
regarded the rates as ‘constituting
unhealthy competition’
and a risk during the execution of the contract. It provided Ndodana
with the opportunity to adjust
its rates whilst keeping the submitted
tender price. Ndodana failed to adjust unit prices and attempted to
provide justification
as to why it quoted the prices it quoted.
[39]
SANRAL claims that after considering
Ndodana’s response, it still held the view that Ndodana’s
price posed a risk and
that it may be difficult for the tenderer to
sustain a thirty-six (36) months contract. The justification provided
did not, in
SANRAL’s view, mitigate this risk.
[40]
SANRAL asserts that it adhered to the
audi
et alteram
principle in that it gave
Ndodana the opportunity to make representations and considered their
representations. The principle does
not require that the
decision-maker must agree with what the bidder says or that the
decision-maker must henceforth continuously
engage ‘back and
forth’ with the bidder on its bids and representations. SANRAL
claims that its minutes of the BEC
reflect that Ndodana’s
representations were considered.
[41]
SANRAL states that Ndodana’s view
that it should have been declared the preferred bidder and that
SANRAL should thereafter
have proceeded to negotiate market-related
prices with them is untenable. The conditions set out in the bid
documents clearly stated
that only bids which are found to be
responsive would be evaluated on functionality and pricing. Ndodana’s
bid was found
not to be responsive on pricing. SANRAL’s
obligation to enter into negotiations relating to market price rates
only applied
if the bidder’s bid was found to be responsive on
all issues. The negotiations to market-related prices contemplated in
the
tender documents entailed a downward adjustment, and not the
converse.
[42]
SANRAL denies that its decision was
irrational. It claims that in the context of these tenders, and in
order to ensure that the
services would be cost effective, it
considered among others the prices quoted by the bidders for the
services and whether the
service providers would, taking into account
a change in circumstances, still be able to deliver on the services.
It did so by
considering ‘each and every price quoted by the
bidders including Ndodana [in] each item in the Bill of
[Q]uantities.’
[43]
In Ndodana’s case, SANRAL contended,
it was found that there is a real risk that Ndodana would not, in due
course, be able
to deliver the services at that price without
compromising the quality and standard of the services. The deponent
to the answering
affidavit then refers to specific items in the Bill
of Quantities and Ndodana’s response.
[44]
SANRAL took issue with Ndodana’s
explanation that its low rates are justified because it either had
the information required
already at its disposal and need not expend
costs in compiling certain reports, that it already has the necessary
templates available,
that certain items are ‘included costs’
or will be achieved at ‘minimal cost’. SANRAL opined that
it still
had to pay for these services but that Ndodana had
‘nonetheless’ opted not to price them. SANRAL claims that
Ndodana
has not provided reasons for charging extremely low rates and
that it is, therefore, clear that Ndodana would not be able to
deliver
these services without compromising the standard due to
under-quoting.
[45]
SANRAL denies that it failed to take into
account relevant considerations. SANRAL claims that it ‘considered
each of the line
items,’ and ‘took into account the
nature of the services in respect of each line item, and the impact
on the quality
of services of the quoted prices.’ It further
took into account market rates in respect of these services and
concluded that,
given these materially low rates, Ndodana would not
be able to deliver on the services without compromising the quality.
[46]
SANRAL denies being biased in favour of the
Ingerop. SANRAL claims that although it is correct that Ingerop was
not called upon
to readjust its prices, albeit higher than other
bidders’ prices, is not evidence of bias in favour of Ingerop.
Even if some
line items may have been higher, all other items Ingerop
quoted were market-related and did not pose a risk to SANRAL.
[47]
SANRAL admits that Ndodana has been the
incumbent service provider in respect of the contracts for the past
25 years, but denies
that Ndodana was, by virtue thereof, best suited
for appointment. SANRAL opines that Ndodana’s experience for
the duration
which they held the contract would only have been of
relevance after the award of the contract. SANRAL submits that if
Ndodana
was able to ‘underquote’ on their bid it would
give them an unfair advantage over bidders ‘in that their bid
will always be low in price compared to other bidders.’ This,
SANRAL contends, would seem like the tender is tailormade for
Ndodana.
[48]
SANRAL curiously denies that the respective
bidders either received response 1 or 2, in the respective memoranda
drawn up for the
BAC’s benefit. This is an objective fact
determinable on a reading of the respective memoranda. SANRAL’s
explanation
that - ‘This is how SANRAL classified the
responses, after analysing various responses by each bidder. They did
not mean
that those were responses to individual bidder[s].’,
fails to convince, particularly in the absence of any evidence
relating
to the discussion and individual analyses of the bids.
[49]
Ingerop also filed an answering affidavit
to Ndodana’s supplementary affidavit. I agree with Ndodana that
Ingerop’s
contribution to the issues at hand is of little
value, as it is not Ingerop, but SANRAL’s decisions and the
reasons for taking
the decision and the administrative
decision-making processes that lie at the heart of this review.
Ingerop’s views cannot
justify decisions taken by SANRAL if
SANRAL cannot sufficiently justify the decisions.
Discussion
[50]
An acceptable tender is defined in
section
1
of the
Preferential Procurement Policy Framework Act 5 of 2000
, as:
‘
any
tender which, in all respects, complies with the specifications and
conditions of tender as set out in the tender document.’
[51]
It
is a well-established principle that organs of state are only allowed
to evaluate bids that are regarded as ‘acceptable’
or
responsive. Responsiveness is thus the first hurdle that bidders need
to overcome.
[6]
A bid only
qualifies as responsive if it meets all the requirements as set out
in the bid document. A tenderer who disregards mandatory
bid
requirements cannot complain if its bid is declared non-responsive.
Mandatory requirements are those requirements that are
a
sine
qua non
for further consideration in the evaluation process. Non-compliance
with mandatory requirements can be glaring, but the determination
of
acceptability involves not only a consideration of responsiveness to
bid formalities but compliance with the substantive requirements
outlined in section 217(1) of the Constitution.
[52]
In determining whether a bid is responsive,
an organ of state is bound to ensure that the decision-making process
is lawful, reasonable,
and procedurally fair. Administrative action
is considered lawful, reasonable and procedurally fair when it is
taken within the
bounds of the law, is based on rational
decision-making considering all relevant factors and follows
procedures that include proper
consultation and an absence of bias.
Essentially the decision-making process must be transparent,
impartial and justified by the
facts and the applicable law. A
tenderer is entitled to constitutionally compliant administrative
action in every phase of its
tender being considered, whether it is
considered for responsiveness or being evaluated after having been
found to be responsive.
[53]
It
is trite that fair administrative process ‘depends on the
circumstances of each case.’ In
Metro
Projects CC and Another v Klerksdorp Local Municipality and Others
[7]
Conradie JA said:
‘
It
may in given circumstances be fair to ask a tenderer to explain an
ambiguity in its tender; it may be fair to allow a tenderer
to
correct an obvious mistake; it may, particularly in a complex tender,
be fair to ask for clarification or details required for
its proper
evaluation. Whatever is done may not cause the process to lose the
attribute of fairness or, in the local government
sphere, the
attributes of transparency, competitiveness and cost-effectiveness.’
[54]
From the facts of this case we know that
SANRAL declared Ndodana’s tenders non-responsive because of
what SANRAL considered
to be the too low prices contained in the
pricing schedule. Ndodana complains that SANRAL never informed it of
the nature of the
risk posed by its tender. I do not agree that
Ndodana was left in the dark regarding the risk SANRAL identified.
Already in the
letter dated 9 March 2023, SANRAL informed Ndodana
that very high-rate items, and very low-rate items are a cause of
concern as
this may constitute ‘a considerable financial risk’.
[55]
SANRAL, however, never explained, by
providing a factual basis, its conclusion that the rates quoted by
Ndodana could not economically
stand by themselves for the contract
specification and scope deliverables. An organ of state must justify
and provide reasons for
taking a particular decision. This comprises
of the conclusion reached as being the ‘reason’ for the
decision, but
also the facts and other relevant considerations that
formed the basis for the conclusion to be reached. It is trite that a
distinction
is drawn between the reasons for a decision and
ex
post facto
justifications for a
decision. In review applications, organs of state are bound to the
reasons provided to parties for the impugned
decisions, they cannot
rely on
ex post facto
justifications for the decisions. It is the actual reasons that
underpinned a decision that has to withstand judicial scrutiny.
[56]
In its letter of 10 May 2023, SANRAL
provided very specific reasons for its decision. The reasons did not
include that Ndodana omitted
to tender for whole portions of the
work, or that Ndodana’s past involvement in the maintenance of
the Gauteng Freeways indicated
that the quality of its work has
decreased, or that SANRAL faced any financial risks due to low prices
quoted and accepted in the
past, or that the prices quoted in the
past by Ndodana were substantially higher than the prices quoted now.
In this review application,
I am only concerned with the reason(s)
SANRAL actually proffered for its decision to declare Ndodana’s
tenders unresponsive.
[57]
The first question that came to mind was,
on what basis did SANRAL conclude that Ndodana’s prices were
not market-related
and in fact, too low. If all the bids are
considered it is evident that while Ndodnana’s bids were
amongst the lowest, it
was not disproportionally low if measured
against the majority of the tenders. Given the factual circumstances,
SANRAL could not
reasonably have concluded that Ndodana’s
tenders are not economically viable and posed a risk in that it may
be difficult
for the tenderer to sustain a thirty-six (36) month
contract without doing a proper risk analysis. Although SANRAL’s
counsel
submitted that such risk analysis was done, the rule 53
record and the evidence before the court do not substantiate such
submission.
[58]
SANRAL
‘s decision to declare the tenders non-responsive was clearly
influenced by its interpretation that Tender Clause 2.1.10
requires
that for a tender to be responsive the rates provided in each line
item should economically stand by themselves. The Supreme
Court of
Appeal held in
Chairperson:
Standing Tender Committee and Others v JFE Sapela Electronics (Pty)
Ltd and Others
(“
JFE
Sapela
”)
[8]
that ‘the failure to price each and every item in the schedule
of quantities would not necessarily be fatal to a tender.’
[9]
[59]
The qualification of ‘not
necessarily’ is a clear indication that something more is
required for a bid not to be acceptable
than the mere fact that
individual line items do not economically stand by themselves. The
nature of the works tendered, for example,
would be one of the
factors that need to be considered. SANRAL never explained to Ndodana
why it was of the view that the rates
provided could not economically
stand by themselves for the contract specification and scope
deliverables. My attention was also
not drawn to any portion in the
rule 53 record where the BEC engaged in a discussion, or were
afforded the benefit of an expert’s
views, regarding this
aspect.
[60]
I
agree with Ndodana that a reading of the tender document as a whole,
in its entirety, does not support a finding that Tender Clause
C2.1.10 required that the rates provided in each line item should
economically stand by themselves. Imposing this requirement
ex
post facto
in itself is a reason to review and set aside the impugned
decisions.
[10]
[61]
SANRAL placed heavy reliance on Clause
2.1.10 of the CIDB that provides that:
‘
a
tender may be deemed non-responsive if the unit rates or lump sums
for some of the items in the pricing schedule are, in the opinion
of
the employer unreasonable or out of proportion and if the tenderer
fails, within a period of seven days of having been notified
in
writing by the employer to adjust the unit rates or lump sums of such
items, to make such adjustments’
[62]
The
employer concerned is, however, obliged to define the parameters of
what it deems ‘unreasonable’ or ‘out of
proportion’
and provide well-grounded reasons for its view and why ‘it was
in the employer's opinion’ unreasonable
or out of proportion.
Reasonable grounds must exist for the employer to have formed this
opinion, and these grounds should have
been communicated to the
affected bidders. The Constitutional Court has ruled in relation to
an ‘is satisfied’ clause,
in the light of the right to
reasonableness, ‘[m]ore is required if the decision-maker’s
opinion is challenged on the
basis that the precondition did not
exist. The decision-maker must now show that the subjective opinion …
was based on reasonable
grounds.’
[11]
In a constitutional dispensation guided by constitutional imperatives
of openness and accountability, an administrator should demonstrate
that it took all the relevant considerations into account.
[12]
Neither the letter dated 10 May 2023 that contains SANRAL’s
reasons, nor any portion of the rule 53 record provided to me
reflects the reasonable grounds, or any grounds for that matter, on
which SANRAL could base its subjective opinion, that the unit
rates
tendered were unreasonable or out of proportion.
[63]
It is ironic that Inform Practice Note #5
sets out the manner in which tender offers are to be evaluated in
terms of the Standard
Conditions of Tender when using the competitive
selection procedure. It specifically deals with instances where the
tendered sum
is regarded as being unduly low and considered to
compromise the ability of the contractor to complete the project
‘i.e.
[when] it presents an unacceptable commercial risk to the
employer or the tenderer has insufficient capital to perform the
contract’.
[64]
Informed Practice Note #5 provides that in
such circumstances –
‘
A
professional estimate or the average price tendered may be used as an
indicator (benchmark or market price) of this, but not as
an absolute
criterion by which a tender may be overlooked. Any decision reached
in this regard should be established on a case-by-case
basis. …
Alternatively, the tenderer may have to be called upon to demonstrate
his or her ability to complete the contract
for the sum tendered in
terms of clause C2.18.
Before rejecting a tender
on the grounds that it is abnormally low, the employer should request
in writing details of the constituent
elements of the tender which it
considers relevant, …’
[65]
Fairness would have prevailed if Ndodana
was called up to demonstrate its ability to complete the contract for
the sum tendered
before its tender was declared non-responsive, as
this was effectively the reason proffered by SANRAL for declaring
Ndodana’s
bid non-responsive.
[66]
SANRAL, in addition, failed to indicate
where in the tender documents it was set as a material requirement
that rates quoted in
each line item, had to stand by itself for
payment of work done.
[67]
To summarise, Ndodana stated upfront that
its prices were low, and justified the prices when the tender was
submitted. There is
no indication that SANRAL gave such justification
any consideration. The same applies to the justification provided
subsequent
to SANRAL’s price justification letters. Although it
is true that a tenderer cannot expect that discussion or
consultations
between itself and the employer continue indefinitely,
and although it is equally correct that the employer is still
entitled to
its own opinion, which may differ from the tenderers
after such engagements occur, adherence to the
audi
et alteram
principle dictates that the
record in review proceedings reflect that submissions by a tenderer
were sufficiently considered.
[68]
The factual matrix of the tender, and in
particular in light of Ndodana being the incumbent consultant and
having been so for the
past 25 years, fairness requires that the
administrator or employer provides a factual basis for its conclusion
that a tender does
not comply with the conditions and scope
requirements of the tender and for its view that the rates provided
‘could not economically
stand by themselves for the contract
specification and scope deliverables in question.’ SANRAL had
to do a risk assessment
before it could conclude that the amounts
tendered by Ndodana were too low to sustain the contract for
thirty-six months. This
risk assessment had to be properly recorded
and SANRAL’s mere
ipse dixit
that a risk assessment was done, is insufficient.
[69]
On a reading of the papers the impression
is formed that both SANRAL and Ingerop is of the view that Ndodana’s
past involvement
and experience relating to the maintenance of the
Gauteng Freeways should not be considered at all.
[70]
There is no rational basis for such a
perception. Tenders should, among others, be cost-effective, and if a
party who is doing good
work adheres to ethical norms and indicates
that it will not charge for executing functions it need not execute
because of the
scope of its current knowledge of the project, it
cannot be regarded as predatory pricing or unhealthy competition.
Public funds
are utilised for funding SANRAL’s projects. A
cost-effective tender cannot be disregarded just because of a
competitive edge
obtained by an incumbent contractor whose tender
meets the tender requirements.
[71]
Quinot
explained that past experience and the profile of the supplier
including factors such as the qualifications and experience
of the
personnel, management structures, capacity, and resources, might be
equally relevant to a particular bidder’s ability
to perform
under the contract (as qualification criteria) and the merit of that
bidders bid compared to other bids (as award criteria).
He continues
to state that the notion of responsiveness can be viewed as both
distinct from and overlapping with that of qualification.
[13]
[72]
To answer to a submission made by Ingerop,
if an incumbent contractor meets the functionality and preference
criteria and has a
reputation of providing good services at low-cost
effective prices, and is able to tender lower rates because it knows
the business
inside out, can save on certain aspects because it is
already in the game and doing the work, and is ethical not to
double-dip
by claiming for expenses it need not incur because it is
the incumbent contractor who incurred the costs concerned in the
past,
such a contractor’s bid cannot without more be declared
non-responsive. The facts in
JFE Sapela
,
is in my view, distinguishable from the facts in this matter, and as
stated above, SANRAL did not proffer as a reason for its
decision to
declare Ndodana’s tenders non-responsive, that Ndodana failed
to quote for entire sections of the work, or that
it failed to submit
comparable offers.
Miscellaneous
[73]
Mr. Hlahla, the Regional Manager of the
Northern region, deposed to SANRAL’s answering affidavit
Although Mr. Hlahla explains
that the averments which he deposed to
fall in his personal knowledge and where matters on which he relies
do not fall within his
personal knowledge have been made available
from the records in his control and were verified by officials within
SANRAL. I find
it problematic, however, that Mr. Hlahla does not
explain his involvement in the affairs of the BEC. If one has regard
to the two
minutes of the BEC that were attached to the papers, Mr.
Hlahla was not present at either of the meetings. His evidence
relating
to aspects not covered in the documentation that forms part
of the rule 53 record thus constitutes hearsay.
[74]
The only confirmatory affidavit that
accompanied SANRAL’s answering affidavit was the affidavit of
Ms. N. Faku. The affidavit
was primarily filed to answer Ndodana’s
allegations that SANRAL failed to inform them that the bids were
awarded to Ingerop
despite them specifically raising a query in this
regard. Ms. Faku stated that she confirmed the process that was
followed in the
procurement process as set out by Mr. Hlahla.
[75]
The court is uncertain of Ms. Faku’s
role in the whole process. She claims to be employed by SANRAL with
the supply chain
unit. From the minutes of the first BEC meeting it
seems as if Ms. Faku was a voting member of the BEC. She did not
state her position
as being a member of the BEC, however. In any
event, she did not attend the second BEC meeting where the impugned
decision to declare
Ndodana’s bid non-responsive, was made. She
also does not shed any light on any risk assessment that was
undertaken, what
the market-price yardstick was against which the
tenders were measured, or how this yardstick was determined. One
would expect
Ms. Faku to explain how the BEC dealt with Ndodana’s
cover letter. She remained silent on those aspects. The one
line
in her affidavit confirming the contents of Mr. Hlahla’s
affidavit in so far as it deals with the process that was followed
in
the procurement process, is wholly insufficient to substantiate Mr.
Hlahla’s remarks. His answering affidavit contains
for the
biggest part hearsay that is wholly unsubstantiated and inadmissible.
This is highly relevant and detrimental to SANRAL’s
case, as
the hearsay, amongst others, encompass SANRAL’s claim that
Ndodana’s justification letter was adequately considered
and a
proper risk assessment was done, while there is not a shred of
evidence relating to such analyses or consideration on the
record
provided. This court regards with disapproval the evidence presented
by SANRAL, as the best evidence would have been evidence
from the
mouths (or pens) of the members of the BEC, and preferably the
chairperson of the BEC, which evidence should, at least,
had to be
supported by transcribed records of the virtual proceedings that took
place.
[76]
SANRAL
is reminded that the Constitutional Court has clarified that the
record includes deliberations of the decision-making body.
[14]
It consists of ‘the documents, evidence, arguments and other
information’ before the administrator at the time and
includes
‘every scrap of paper throwing light, however indirectly, on
what the proceedings were, both procedurally and evidentially.’
[15]
Reliance on
R
v Dlumayo
[16]
in justifying the absence of reasons is misplaced.
[77]
Ingerop gallantly attempted to shoulder
SANRAL’s responsibility to substantiate the impugned decisions,
although Ingerop has
a direct interest in these proceedings, Ingerop
cannot testify to the BEC’s frame of mind when the impugned
decisions were
taken.
Appropriate relief
[78]
In addition to having the impugned
decisions set aside and reviewed, Ndodana seeks this court to declare
its bids responsive, and
to remit the decision on who should be
awarded the tenders to SANRAL. Ndodana wants the BEC to reconsider
its bids on the one hand
and Ingerop’s bids on the other.
[79]
SANRAL wants all three tenders to be
scrapped, and for the whole process to start afresh.
[80]
The tender was advertised for the work to
commence on 1 December 2023 for a period of 36 months. Due to the
protracted review proceedings,
Ndonana’s existing contracts
were sporadically extended to ensure that the Gauteng Freeways were
maintained. The contracts
were not awarded, and the three-year period
has thus not yet commenced. Due to the effluxion of time and the
variables that affect
the real value of money, it is just for the
whole tender process to commence afresh. It might also be that SANRAL
wants to extend
its tender requirements to inform all potential
bidders of the benchmark against which tender pricing will be
evaluated to ensure
that a competitive process ensues. The mere fact
that Ingerop was the only tenderer whose tender was not found
non-responsive in
two of the tenders and one of two in the third
tender, is indicative thereof that the system as a whole was not
competitive.
[81]
The three tenders thus stand to be set
aside and remitted to SANRAL to start the tender process afresh.
[82]
As for the interim, the principle of the
separation of powers prevents this court from stepping into SANRAL’s
shoes to decide
the way forward and to conclude contracts for SANRAL
for the interim. SANRAL is to engage in fair administrative
decision-making
in dealing with the practical effect of the tenders
being remitted.
Costs
[83]
This review could have been concluded a
long time ago if SANRAL diligently provided the record of the
proceedings. SANRAL, however,
throughout the review proceedings,
failed to adhere to timelines prescribed in the Uniform Rules of
Court, court orders, directives
issued by the court, or agreed among
the parties.
[84]
SANRAL’s lackadaisical approach to
the litigation extended the duration of the review proceedings and
was a hurdle in the
way of an expeditious review. It put its
opponents under immense pressure. As a token of the court’s
dissatisfaction with
the manner in which SANRAL conducted itself, a
punitive costs order stands to be granted.
ORDER
In
the result, the following order is granted:
1.
The first respondent’s decisions to declare first to third
applicants’ tenders
for the following
contracts:
a.
SANRAL X.002-160-2023/IF (Toll) and
X.002-161-2023/1F (Non-Toll) for Consulting Engineering Services for
the Routine Road Maintenance
of National Route N4 Section 1, N4
Section 11 & 12, N4 Section 21, R21 Section 2, R104 Sections 1 &
2 and R 573 (Tshwane
Freeway RRM);
b.
SANRAL X.002-162-2023/1F (Toll) and
X.017-010-2023/1F (Non-Toll) for Consulting Engineering Services for
the Routine Road Maintenance
of National Route N1 Section 19, N1
section 20, N1 Section 21, N3 Section 2, N12 Section 18 and N17
Section 1(Johannesburg Freeway
RRM);
c.
SANRAL X.002-163-2023/IF (Toll) and
X.003-161-2023/1F (Non-Toll) for Consulting Engineering Services for
the Routine Road Maintenance
of National Route R 21 section 1& 2,
N 12 Sections 18 & 19, N3 Sections 11 & 12 and N17 Section 2
(Ekurhuleni Freeway
RRM);
non-responsive
are reviewed and set aside;
2.
The first respondent’s decisions to award the tenders for
the following contracts:
a.
SANRAL X.002-160-2023/IF (Toll) and
X.002-161-2023/1F (Non-Toll) for Consulting Engineering Services for
the Routine Road Maintenance
of National Route N4 Section 1, N4
Section 11 & 12, N4 Section 21, R21 Section 2, R104 Sections 1 &
2 and R 573 (Tshwane
Freeway RRM);
b.
SANRAL X.002-162-2023/1F (Toll) and
X.017-010-2023/1F (Non-Toll) for Consulting Engineering Services for
the Routine Road Maintenance
of National Route N1 Section 19, N1
section 20, N1 Section 21, N3 Section 2, N12 Section 18 and N17
Section 1(Johannesburg Freeway
RRM);
c.
SANRAL X.002-163-2023/IF (Toll) and
X.003-161-2023/1F (Non-Toll) for Consulting Engineering Services for
the Routine Road Maintenance
of National Route R 21 section 1& 2,
N 12 Sections 18 & 19, N3 Sections 11 & 12 and N17 Section 2
(Ekurhuleni Freeway
RRM);
to the second to fourth
respondents are reviewed and set aside.
3.
The tenders for the contracts:
i.
SANRAL X.002-160-2023/IF (Toll) and
X.002-161-2023/1F (Non-Toll) for Consulting Engineering Services for
the Routine Road Maintenance
of National Route N4 Section 1, N4
Section 11 & 12, N4 Section 21, R21 Section 2, R104 Sections 1 &
2 and R 573 (Tshwane
Freeway RRM);
ii.
SANRAL X.002-162-2023/1F (Toll) and
X.017-010-2023/1F (Non-Toll) for Consulting Engineering Services for
the Routine Road Maintenance
of National Route N1 Section 19, N1
section 20, N1 Section 21, N3 Section 2, N12 Section 18 and N17
Section 1(Johannesburg Freeway
RRM);
iii.
SANRAL X.002-163-2023/IF (Toll) and
X.003-161-2023/1F (Non-Toll) for Consulting Engineering Services for
the Routine Road Maintenance
of National Route R 21 section 1& 2,
N 12 Sections 18 & 19, N3 Sections 11 & 12 and N17 Section 2
(Ekurhuleni Freeway
RRM);
are
remitted back to the first respondent to start the tender process
afresh.
4.
The costs of the first to third applicants and the second to fourth
respondents are to be paid by the
first respondent on attorney and
client scale, such costs to include the costs of two counsel where so
employed.
E
van der Schyff
Judge of the High Court
Delivered:
This judgment is handed down electronically by uploading it to the
electronic file of this matter on CaseLines.
For the first to
third applicants:
Adv. K. Hopkins SC
Instructed by:
Fairbridges
Wertheim Becker
For the first
respondent:
Adv. D. Mtsweni
Instructed by:
MB Tshabangu
Incorporated
For the second to
fourth respondents:
Adv. N.
Schnellenburg SC
With:
Adv. J.J. Buys
Instructed by:
York Attorneys
Incorporated
Date of the
hearing:
18 February 2025
Date of judgment:
27 February 2025
[1]
(1357/2007)
[2008] ZANCHC 73
(12 December 2008) at paras [70] and [71].
[2]
(47916/2017)
[2023] ZAGPJHC 1132 (10 October 2023) at para [90].
[3]
See,
inter
alia
,
Bolton, P. ‘The Committee System for Competitive Bids in Local
Government’ 2009 (12) 2 PELJ 57-96 for a comparable
discussion.
[4]
2016
(2) SA 199
(SCA) (9 December 2015) at para [33].
[5]
It
is relevant to note that the quantities were fixed quantities
provided by SANRAL in the excel pricing schedule that had to
be
completed by the respective bidding consultants.
[6]
See
Volmink, P.
Legal
consequences of non-compliance with bid requirements
(2014) 1
APPLJ
41-60.
[7]
2004
(1) SA 16
(SCA) at para 13.
[8]
2008
(2) SA 638
(SCA).
[9]
JFE
Sapela, supra
,
at 645C.
[10]
Rail
Refurb, supra
,
at para [29]
.
[11]
Wadele
v City of Cape Town
[2008] ZACC 11
;
2008
(6) SA 129
(CC) at para
[60]
.
[12]
See
Penfold, G. and Hoexter, C.
The
treatment of facts in administrative-law review
(2024) SALJ 14(3)
, 496-525.
Bato
Star Fishing (Pty) Ltd v Minister of Environmental Affairs
[2004] ZACC 15
;
2004 (4) SA 490
(CC) at para
[103]
.
[13]
Quinot,
G.
The
Role of Quality in the Adjudication of Public Tenders
(2014) 17(3)
PELJ
1109-1136.
[14]
Helen
Suzman Foundation v Judicial Services Commission
2018
(4) SA 1
(CC) at paras [22]-[27].
[15]
Johannesburg
City Council v The Administrator, Transvaal (1)
1970
(2) SA 89
(T) at 91G-H.
[16]
1948
(2) SA 677
(A) at 702.
sino noindex
make_database footer start
Similar Cases
Ndodana Consulting Engineers (Pty) Ltd and Others v South African National Roads Agency SOC Limited and Others (B3733/23) [2025] ZAGPPHC 448 (2 May 2025)
[2025] ZAGPPHC 448High Court of South Africa (Gauteng Division, Pretoria)100% similar
Ingqwele Consulting and Projects Management (Pty) Ltd v Cummins South Africa (Pty) Ltd (27880/2022) [2025] ZAGPPHC 293 (17 March 2025)
[2025] ZAGPPHC 293High Court of South Africa (Gauteng Division, Pretoria)99% similar
Kgoano Consulting and Projects Management CC and Another v Business Partners Limited (30127/2021) [2024] ZAGPPHC 319 (4 April 2024)
[2024] ZAGPPHC 319High Court of South Africa (Gauteng Division, Pretoria)99% similar
Gcwabe Consulting (Pty) Ltd v South African Police Services (46817/2015) [2022] ZAGPPHC 601 (10 August 2022)
[2022] ZAGPPHC 601High Court of South Africa (Gauteng Division, Pretoria)99% similar
Gcwabe Consulting (Pty) Ltd v South African Police Service (46817/2015) [2022] ZAGPPHC 993 (17 August 2022)
[2022] ZAGPPHC 993High Court of South Africa (Gauteng Division, Pretoria)99% similar