Case Law[2024] ZAGPPHC 391South Africa
RMS Joint Venture CC t/a Radds Transport v Transnet SOC Limited and Others (2022-038072) [2024] ZAGPPHC 391 (19 April 2024)
High Court of South Africa (Gauteng Division, Pretoria)
19 April 2024
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
>>
2024
>>
[2024] ZAGPPHC 391
|
Noteup
|
LawCite
sino index
## RMS Joint Venture CC t/a Radds Transport v Transnet SOC Limited and Others (2022-038072) [2024] ZAGPPHC 391 (19 April 2024)
RMS Joint Venture CC t/a Radds Transport v Transnet SOC Limited and Others (2022-038072) [2024] ZAGPPHC 391 (19 April 2024)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAGPPHC/Data/2024_391.html
sino date 19 April 2024
FLYNOTES:
ADMINISTRATIVE – Tender –
Validity
–
No
internal remedy available – No evidence to support
restriction – No expediting of restriction process –
Respondent failed to adhere to its own process – Successful
tenderer could not perform for what it tendered –
Decision
to exclude applicant from tender was procedurally unlawful and
unreasonable – Respondent aware of criminal
fraud and
corruption charges against successful tenderer – Award
reviewed and set aside.
IN
THE HIGH COURT OF SOUTH AFRICA
(GAUTENG
DIVISION, PRETORIA)
Case
Number: 2022-038072
(1)
REPORTABLE: YES.
(2)
OF INTEREST TO OTHER JUDGES: YES.
(3)
REVISED.
DATE:
2024-04-19
SIGNATURE
In
the matter between:
RMS
JOINT VENTURE CC t/a RADDS TRANSPORT
Applicant
and
TRANSNET
SOC
LIMITED
First
Respondent
AQUA
TRANSPORT AND PLANT HIRE (PTY) LTD
Second
Respondent
EYAMAKHOSI
TRANSPORT (PTY) LTD
Third
Respondent
This
judgment was prepared and authored by the Judge whose name is
reflected and is handed down electronically by circulation to
the
Parties/their legal representatives by email and by uploading it to
the electronic file of this matter on CaseLines.
The date for
handing down is deemed to be 19 April 2024.
JUDGMENT
POTTERILL
J
Introduction
[1]
I
n 2003, the South African government
adopted a supply chain system that sought to utilize the procurement
processes to address the
economic imbalances of the past and to
ensure procurement best practices. This procurement process was
granted constitutional status
with s217(1) of the Constitution
requiring of an organ of state when procuring services or goods to do
so in accordance with the
principles of fairness, equitability,
transparency, competitiveness and cost-effectiveness. Section 217(3)
sought legislation to
be enacted to fulfil this constitutional
objective.
[2]
Legislation compels governments to call for tenders before buying any
goods or services
and the enacted legislation required in terms of
s217 led to the enactment of the Preferential Procurement Policy
Framework Act,
2000 (PPPFA Act) and the
Public Finance Management Act
1 of 1999
[PFMA].
Despite this legislation, 20 years of tender practice,
the noble cause tender is underpinned by and guidance by the Courts,
High
Courts are still on a daily basis confronted with urgent
interdicts to prohibit tenders from being awarded, pending reviews,
due
to organs of state breaching the principles set out in
s217
and/or PAJA. This leads to Courts compelled to decide whether the
decision to grant a tender must be reviewed and set aside in
terms of
PAJA, refer it back to the decision maker, or in exceptional
circumstances, make a decision itself. What makes matters
worse these
applications require urgency, placing pressure on the judiciary. The
matter before me is a case on point. In this matter
the papers
consist of 1 822 pages, in answer to a 68-page founding affidavit
[excluding annexures] Transnet has filed a 160-page
answering
affidavit [excluding annexures] that is grossly repetitive, does not
meet the founding affidavit head on, contains argument
and matters
irrelevant to the issues to be determined. The heads of argument of
both parties are close to 100 pages each.
[3]
It is well-known that South African ports are in disarray and has
been acknowledged
as such by the President. The respondent, Transnet
SOC Limited [Transnet] has informed the Court that Transnet Ports
Terminal [TPT]
has as its core purpose to facilitate the efficient
flow of imports, exports, and transhipments through its cargo
terminal operations.
At the Richards Bay terminal, the port cannot
function without the critical infrastructure referred to as Material
Handling Equipment;
diesel front-end loaders [with and without
pushers attached], diesel articulated dump trucks, diesel excavators
and diesel bowsers.
Tender number 628 TPT on 2 July 2021 went out for
proposals to secure this Material Handling Equipment.
[4]
The applicant, RMS Joint Venture CC t/a Radds Transport [Radds] has
been rendering
material handling equipment services to Transnet port
terminals since 2005. It owns the majority of the equipment that
Transnet
requires to facilitate the efficient flow of the port. It
had been awarded many tenders prior to this disputed tender. It is
common
cause that during the technical evaluation stage only four
bidders, Radds, Eyamakhosi Transport (Pty) Ltd, the second
respondent,
Aqua transport and Plant Hire (Pty) Ltd [Aqua], the third
respondent [Eyamakhosi], and Leomat scored above the prescribed
threshold.
It is further common cause that Radds’ tendered
price was assessed to be market-related. The other three bidders’
tender
price was assessed as not being market-related. Transnet
however sent out a restriction notice to Radds and proceeded to
disqualify
Radds from the bid and Transnet’s Central Bid
Adjudication Committee awarded the tender to Eyamakhosi and Aqua. It
is common
cause that Eyamakosi has retracted from the tender as it
cannot render the services required. Neither Aqua or Eyamakhosi has
opposed
the application.
[5]
Radds is seeking that the Court in terms of the Promotion of
Administration of Justice
Act 3 of 2000 [PAJA] review Transnet’s
decision of 24 August 2020 to award the tender to Aqua and
Eyamakhosi, alternatively
declare the decision unlawful and
constitutionally invalid. Further, that Transnet’s decisions of
24 August 2022 and 17 October
2022 to exclude Radds from the bidding
process be reviewed and set aside. The court is asked to order that
the contracts concluded
with Aqua and Eyamakhosi be set aside and be
declared void
ab initio
with the court substituting the
decision by awarding the tender to Radds.
Did
Radds exhaust its internal remedies?
[6]
Transnet relied heavily on this point
in limine
asserting that
I am precluded from deciding the merits as the review application is
premature because it is compulsory for Radds
to exhaust the relevant
internal remedies in compliance with Rule 7(2) of PAJA. Radds had to
at the very least, on application,
have applied for exemption showing
exceptional circumstances.
[7]
On behalf of Radds it was argued that there was no external remedy to
exhaust and
therefore they need not apply to Court for exemption from
Rule 7(2).
[8]
It is common cause that Radds was aware that it could challenge
Transnet’s decision
by means of internal remedy and review. It
accordingly addressed a letter to Transnet enquiring what the
internal remedy was. On
19 October 2022 Radds enquires specifically
from Transnet “… we request that you urgently advise us
on the internal
remedies available to our client with reference to
the applicable policy.” On 31 October 2022 Transnet
attorney’s,
at the time, answered as follows:
“
Transnet no longer
has an internal Ombudsman and, as an interim measure,
complaints/objections received may be dealt with through
an
independent compliance review process as determined by the relevant
Operation Division. This internal remedy is available to
your client
in addition to the debriefing meeting where your client would be
provided with the reasons for them being unsuccessful
in the tender
process, and is a further opportunity to provide it with clarity on
the reason for its disqualification.”
[9]
It is accepted this flows from the March 2020 Transnet Procurement
Procedures [PPM]
issued by Transnet’s Chief Procurement Officer
containing the following directive:
“
The Transnet
procurement Ombudsman process is being reviewed and currently
suspended. Paragraph 3 of the National Treasury Instruction
3 of
2016/2017 on Preventing and Combating Abuse in the Supply Chain
Management System requires Transnet to establish a system
to deal
with the management of complaints in the SCM system. As an interim
measure, complaints received may be dealt with through
compliance
review, internal audit review or forensic audit review as determined
by the relevant Operating Division.
[10]
Transnet’s PPM, despite its suspension, still provides that the
Ombudsman had the powers
to investigate a complaint and make
appropriate recommendations to the Chief Procurement Officer and the
Chief Executive of the
relevant Operating Division in respect to the
appropriate remedial measures to be undertaken. The Ombudsman could
recommend that
the bid be cancelled if there was a material
irregularity, refer a bid back for re-evaluation, reject the bid,
amend a bid decision,
restrict the supplier from doing business with
the state, cancel the contract and claim damages (if any).
[11]
On behalf of Radds it was argued that there was no internal remedy.
The PPM did not contain the
independent compliance review and in the
answering affidavit Transnet has incorrectly quoted par 5.7.2 of the
PPM which still affords
the relevant powers to the Ombudsman, which
is suspended.
[12]
On behalf of Transnet it is averred that if Radds had filed an
objection, the objection would
have been lodged in a register at
Transnet monitored by TPT’s Governance Department. TPT’s
Governance Department would
have reviewed the contents of the
objection and recommended a response to the objection. “Should
Radds not be satisfied with
the response, a debriefing session would
then be proposed.” If Radds was not happy with the result of
the debriefing session
it would also have been entitled to an
independent compliance review. In terms of the 2020 PPM the TPT’s
Chief Procurement
Officer and Chief Executive are to review the
decision.
Decision
on internal remedy
[13]
Transnet had not yet established a system to deal with complaints in
the SCM system. The interim
process, a compliance review, as
determined by the relevant Operating Division, was disclosed to
Radds. It was not captured in
writing and pertinently not in the PPM.
And, nothing was communicated to Radds about a register that the
Governance Department
would monitor, review the contents of the
objection and recommend a response. On no interpretation can this
step be seen as an
internal remedy and, although this was set out in
the answering affidavit as such, it was correctly not argued as being
an internal
remedy.
[14]
According to Transnet the next step for Radds would be a debriefing
session. This was argued
was an internal remedy that had to be
exhausted. Debriefing is set out by Transnet exactly as
“debriefing” would
in the light of
the ordinary rules of grammar and syntax
be understood; “This
internal remedy [the independent compliance review] is available to
your client in addition to the debriefing
meeting where your client
would be provided with reasons for them being unsuccessful in the
tender process, and is a further opportunity
to provide it with
clarity on the reasoning for its disqualification”; “The
purpose of the debriefing meeting
is set out as follows: ‘the
debriefing meeting would then unpack RADDS’s proposal in line
with the evaluation process
and explain in detail why and how it was
disqualified.’”
[15]
The argument that the debriefing session constitutes an internal
remedy is not only fallacious,
but contrived. For Radds to hear
why its bid was unsuccessful is simply not an internal remedy. An
internal remedy has been
settled as being: “… an
administrative appeal, usually on the merits, to an official or
tribunal within the
same administrative hierarchy as the
initial-decision-maker- or less common, an internal review …
Inevitably the appellate
body is given the power to confirm,
substitute or vary the decision of the internal decision-maker on the
merits.”
[1]
The debriefing
session is not a review where the decision that Radds is complaining
of can be substituted or varied and does not
constitute an internal
remedy as contemplated by s7(2) of PAJA.
[16]
What makes matter worse is that Transnet persisted that the internal
remedy was a two-step process.
Radds had to attend a debriefing
session and only then could Radds proceed to the compliance review.
This argument renders the
“internal remedy” completed
flawed because the debriefing session is not an internal remedy. On
procedural and substantive
law, the argument that there was an
internal remedy that Radds should have utilised is rejected.
[17]
But, even if, contrary to Transnet’s own argument, the
compliance review was a separate
internal remedy then I find that
there was no such internal remedy as contemplated by s7(2) of PAJA.
Transnet in an email inform
Radds that the debriefing session must be
followed up with a review process to the TPT’s Chief
Procurement Officer and Chief
Executive if unhappy with reasons
provided at the debriefing session. The argument on behalf of
Transnet went that the “essence
of the powers enjoyed by the
ombudsman, which had provided an effective internal remedy, had been
preserved.” Furthermore,
that the TPT’s Chief Procurement
Officer and Chief Executive were “empowered” to take the
same decisions as the
Ombudsman could.
[18]
If that was indeed so, the question is how would a disgruntled bidder
know that? Radds was never
informed that the same procedure as set
out in the PPM relating to the Ombudsman, despite being suspended,
was to be followed.
This “preservation” and
“authorisation/conferral” is nowhere to be found in a
policy or a communication
from Transnet to Radds. But, in any
event, a suspended procedure cannot be preserved and implemented. The
new “debriefing”
was not part and parcel of the Ombudsman
review and negates against the submission that the Ombudsman review
was preserved. Nowhere
are the grounds for challenging the decision
set out. Nowhere was the process outlined to Radds. There are no
guidelines as to
what documents had to be submitted for consideration
of the review.
“
Furthermore,
‘a court will condone a failure to pursue an available remedy
where the remedy is illusory or inadequate, or
because it is tainted
by the alleged illegality.’”
[2]
[19]
I am satisfied that the internal remedy was illusory and did not
constitute an internal remedy
as contemplated by s7(2) of PAJA. There
was no need for Radds to on application apply for exemption for not
complying with s7(2)
of PAJA. In the result, the only recourse
available to Radds was to apply for judicial review of the tender
award.
Must
the decision to award the tender to Aqua and Eyamakhosi be reviewed
and set aside.
Common
cause background facts to the tender sought to be reviewed.
[20]
Transnet set out that at the Richards Bay terminal it had ongoing
challenges in procuring Material
Handling Equipment and that the
increased demand and introduction of additional commodities reduced
the reliability of Transnet’s
Materials Handling Equipment. It
thus relied on tenders, insourcing certain services by means of
maintenance leases and short-term
contracts to provide these
services. However, there were only a limited number of service
providers that can deliver these Materials
and the lack of
alternative service providers resulted in Transnet paying elevated
rates for these Materials impacting on Transnet’s
profitability.
[21]
Transnet in May 2019 sought proposals for the provision of materials
handling equipment at the
Richards Bay port; 239/TP. Radds tendered
and was invited to a negotiation meeting on 9 May 2019. Radds was
informed that it was
the successful bidder. In June 2019 Transnet
informed Radds that it had previously overcharged it and in July 2019
Radds was informed
by Transnet that it no longer required the goods
and services and did not proceed to award the tender.
[22]
Five days later Transnet issued tender 339/TPT with the scope
materially the same as tender 239/TPT.
Radds and SI Trucking (Pty)
Ltd [SI Trucking] bid. It is common cause that the directors of the
two companies are married to each
other. On 30 October 2019, Transnet
in writing awarded tender 339/TPT to Radds and SI Trucking as
preferred bidders for a period
of 6 months. A whistle-blower informed
Transnet on 21 November 2019 that the owners of Radds and SI Trucking
were family members
and averred this constituted anti-competitive
practice.
[23]
On 12 December 2019, after the letter of the whistle-blower, Transnet
awarded tender 339/TPT
to Radds and SI Trucking as preferred bidders
and appointed them both for 5 years. Transnet defended the award of
this tender to
the whistle-blower in a letter dated 16 March 2020
with Transnet’s tender process not requiring to verify the
relationship
of the bidders only that the bidders were not
blacklisted by National Treasury. As of date of the application
before me Radds and
SI Trucking are still performing in terms of this
tender and Transnet has given no indication that it intends to cancel
the contracts.
[24]
On 29 July 2020 Transnet issued requests for proposals for tender
422/TPT and on 21 October 2020
for tender 469/TPT. Both Radds and SI
Trucking bid. On 15 June 2021 Transnet sent a termination letter to
Radds disqualifying Radds
and cancelling tender 469/TPT. The letter
disclosed that the disqualification was due to “… a
material irregularity
identified during the evaluation process in one
of more the following manners: (1) non-disclosure of conflict of
interest and (2)
potential collusion in terms of non-compliance with
SBD 9 through the misrepresentation to TPT in respect of the
directorship relating
to SI Logistics and Terminal.”
[25]
Despite this letter, Transnet on 14 October 2021 awarded to Radds a
six-month contract in respect
of RFQ 11247557 and on 20 October 2021
two three-month contracts in respect of RFQ 11243531.
The
tender in question
[26]
On 19 July 2021 Radds submitted a bid in response to tender 628/TPT
dated 2 July 2021. SI Trucking
did not bid. Transnet received 22
bids. During the technical evaluation stage only 4 bidders scored
above the prescribed threshold
and proceeded for further evaluation
on their price and B-BBEE scores. The other 3 bidders, Eyamakhosi,
Aqua and Leomat were assessed
not to have market-related prices.
[27]
On 28 April 2022 Transnet addresses an intention to restrict notice
to Radds in which it was
indicated that Transnet intended to place
Radds and its director Mr Radhalal on National Treasury’s
Database of Restricted
Suppliers for a period of 10 years for
collusion. Radds, through its attorney on 17 May 2022 responded
comprehensively to this
letter, also pointing out that restriction
cannot be done for collusion.
[28]
On 27 May 2022 Transnet again sent a letter to Radds with the heading
”... intention to
restrict”, but setting out reasons why
it was to disqualify Radds from the tender. The reasons were
that Radds through
Mr Radhalal was implicated in the abuse of
Transnet’s supply chain management by means of collusive
dealings, misrepresentations,
B-BBEE fraud and over-charging. In this
letter reliance is placed on the Integrity Pact that was signed by
Radds when submitting
the tender documents as a disqualification on
collusion. Again Radds was afforded 5 days to respond and again Radds
requested an
extension and documentation to be provided to it. With
no response from Transnet Radds submitted its representations on 8
July
2022.
[29]
On 24 August 2022 Transnet reacted to some of the representations
Radds made and informed Radds
that it was excluded from the tender
process.
[30]
On 9 September 2022 Radds received a letter from Transnet enquiring
whether Radds was prepared
to extend the validity date of Radd’s
proposal from 13 September 2022 to 5 December 2022 under the same
terms and conditions
as set out in Radds’ proposal documents.
Radds agreed to this.
[31]
The primary reason for Transnet’s decision to exclude Radds was
due to evidence of corrupt
and collusive bidding and bid rigging by
Radds in conjunction with its associated companies of SI Trucking and
SI Logistics. In
terms of clauses 5.1 and 5.2 of the Integrity Pack
Transnet excluded Radds from the bidding process.
Grounds
of Review
The
first ground of review: Transnet failed to comply with the procedures
as set out in the Integrity Pact and the PPM.
Radds
argument on non-compliance with the PPM
[32]
On behalf of Radds it was submitted that there is no evidence to
support restriction in terms
of clause 20.2 of the PPM. Transnet had
unlawfully exercised its power to exclude Radds from the tender in
terms of either clause
20.9.1 or 20.9.2 of the PPM. The reason for
this is the bidder cannot be excluded before the tender evaluation
process was finalised.
Radds had not yet been identified as the
“highest ranked Bidder in a bid process.” Clause 20.9.1
sets out that where
a bidder is the subject of an ongoing restriction
process, it is not advisable to award new business to that bidder if
it is the
highest ranked bidder in the bid process. Clause 20.9.2
reads the same applicable to a supplier that is the subject of a
forensic
investigation. The tender evaluation and recommendation
report [the Tear report] demonstrates that Radds was not evaluated
for
price and B-BBEE [stage 3 of the evaluation process]. Cowen J had
found in the interim interdict that Transnet had disabled itself
from
assessing whether Radds was the highest ranked bidder failing to
follow the requisite procedure in clause 20.9.1.
[33]
Clause 20.9.1 provides as follows:
“
In such instances
it is recommended that the restriction process be expedited, if
possible. However, if it is not possible to delay
the award, the
risks associated with awarding to such a Bidder must be considered.
It may be considered whether objective criteria
exists to justify
award to another Bidder and such recommendation may be made to the
relevant Acquisition Council. Should it be
determined that it is
appropriate to apply objective criteria, the Bidder must be requested
to make representations as to why it
should not be awarded the
business and the AC must consider such representations before making
a final decision.”
[34]
It was thus argued that Transnet did not comply with this requisite
procedure because it did
not ask Radds to make representations. Cowen
J had also found that Transnet had not complied with this prescribed
procedure. It
was argued that not in the record, nor in the answering
affidavit, is it set out that the risks associated with awarding the
bid
to Radds were considered, or what objective criteria were
considered to justify awarding the tender to Aqua and Eyamakoshi. The
only evidence is of a resolution by Transnet’s Divisional
Acquisition Council dated 28 June 2021. This resolution was however
recorded after the decision to exclude Radds from the tender. There
is no evidence that the DBAC recommended on 26 August 2022
that the
tender be awarded to Aqua and Eyamakhosi. Nowhere is it set out what
recommendation was made to Central Bid Adjudication
Committee [CBAC]
and that CBAC considered Radds’ representations in response to
the exclusion notice before making a final
decision. The only minutes
of the CBAC relates to a meeting on 28 September 2022, but, once
again, Radds had already been excluded
from the tender.
[35]
Transnet had also failed to expedite the restriction process as
required. National Treasury on
14 February 2021 instructed that
Transnet commence with the restriction of Radds immediately. The
forensic report of 23 November
2021 recommended that Radds should be
restricted. The restriction notice was only addressed on 28 April
2022. On 22 November 2022
TPT’s Acting Chief Procurement
Officer recommended that Radds be restricted. But, there is no record
that the CBAC, the body
empowered to do so, had taken the decision to
restrict Radds.
[36]
It was submitted that in this tender SI Trucking did not bid for the
tender and there could be
no collusion between Radds and SI Trucking
and there could be no risk in awarding the tender to Radds.
Radds
argument on non-compliance with the Integrity Pact.
[37]
The purpose of the Integrity Pact can be summarised with reference to
a short extract of par
4.13:
“…
Integrity
Pact requires a commitment from suppliers and Transnet that they will
not engage in any corrupt, fraudulent practices
or anti-competitive
practices and that they will not act in bad faith towards each
other.”
It
also sets out the remedies available to Transnet where a bidder
contravenes the provisions of the Integrity Pact. These remedies
are
set out in clauses 5.1 and 5.2 of the Integrity Pact. In terms of
clause 5.1 Transnet may reject the bidder’s application
from
the registration or bidding process and may remove the Bidder from
its database, if already registered. In terms of clause
5.2 it may
pursuant to following due procedures exclude the bidder from future
bidding processes for a time period.
[38]
It was argued that Clause 5.1 could never empower Transnet to reject
Radds’ bid based on
past transgressions. Clause 5.2 did not
empower Transnet to exclude Radds from this tender without
restricting Radds from future
bidding processes. Transnet has not
restricted Radds from future bidding and had not followed due
procedures to exclude Radds from
bidding. There is also no indication
in the record or answering affidavit that Transnet, as required,
considered the severity of
the transgression.
Transnet’s
argument on the PPM.
[39]
On behalf of Transnet it was argued that Radds was the highest ranked
bidder and thus could be
restricted. Furthermore, that Radds was the
subject of a forensic investigation and was the subject of an ongoing
restriction process.
Radds should have pleaded that it was possible
to expedite the process, but it did not. Transnet’s Divisional
Bid Adjudication
Committee did expressly note that there was a risk
of awarding the contract to Radds as it had been implicated in
dishonesty and
fraud. It relies on the Inoxico report that was
submitted to Transnet and Transnet’s Internal Audit Department
initiated
an investigation which made adverse findings about the
risks of Radds. It was submitted that because there were objective
risks
identified pertaining to Radds it follows automatically that
objective criteria existed to award the tender to Aqua and
Eyamakhosi.
[40]
Radds’ argument that the CBAC failed to make a recommendation
or to consider Radds’
representations is erroneous because the
main Acquisition Council of TPT is Transnet’s Divisional Bid
Adjudication Committee
and not CBAC. This is so in terms of the
definitions of the PPM that defines the “main Acquisition
Council of an Operating
Division Specialist Unit or Business
including the Procurement Committee and EXCO, where applicable.”
Transnet’s
argument on the non-compliance of the Integrity Pact
[41]
The argument went that Radds had indeed violated clause 3.3 of
Transnet’s Integrity Pack
by colluding with SI Trucking by
“preclude[ing] a competitive bid price, impair the
transparency, fairness and progress of
the bidding process, bid
evaluation, contracting and implementation of the contract.”
Radds’ transgressions were so
severe that it warranted its
disqualification from the tender.
[42]
Radds’ argument that clause 5.1 of the Integrity Pact does not
empower Transnet to reject
Radds as a bidder for past transgressions
is incorrect. Radds was not disqualified from tender 469TPT as the
tender was cancelled.
But, more importantly a correct interpretation
of clause 5.1 allows for Transnet to take into account past
transgressions because
clause 5.1 reads “… has committed
a transgression” indicating that the violation of the Integrity
Pact happened
in the past. It was submitted that interpreting clause
5.1 as referring to historic transgressions is the only meaningful
interpretation
otherwise there would be no basis to reject a bidder.
This would also be in line with the objectives of this clause to
reject a
bidder which would encourage all potential bidders to abide
with their duty in terms of the Integrity Pact and to hold bidders
accountable for past transgressions. Clause 5.2 must be read with
clause 5.1 and it is clear that Transnet was empowered to reject
Radds’ bid.
[43]
On behalf of Transnet it wat argued that it need not have considered
the severity of the transaction
because this requirement only relates
to the imposition of a prospective exclusion under clause 5.2 and not
the disqualification
decision.
Did
Transnet comply with its own procedures as provided for in the PPM
and Integrity Pact?
The
PPM
[44]
I find it prudent to repeat the content of the relevant provisions of
the PPM. As background
Chapter 20 has the heading “What
is a Restriction?” It explains in clause 20.1 that it is a
mechanism used to exclude
suppliers, shareholders and directors from
future business with all organs of state including Transnet for a
specified period.
The decision to restrict must be based on one of
the prescribed grounds for restriction as set out in National
Treasury Instruction
3 of 2016/2017 on Prevention and Combatting
Abuse in the SCM system and the PPPFA regulations, 2017. Transnet
relied on the ground
set out in 20.2.1 that Radds had acted in bad
faith towards Transnet. Clause 20.4 sets out the factors that must be
considered
before taking a decision to restrict.
[45]
Clause 20.9 is the provision applicable to the facts of this matter
as Radds was a supplier/bidder
that is subject to an ongoing
restriction process or a forensic investigation. Clause 20.9.1 sets
out that where a bidder is the
subject of an ongoing restriction
process, it is not advisable to award new business to that bidder if
it is the highest ranked
bidder in the bid process. Clause 20.9.2
reads the same but made applicable to a supplier that is the subject
of a forensic investigation.
It goes further to say that “the
mere fact that a forensic investigation is commissioned against the
supplier would indicate
that there are significant allegations of
wrongdoing against the supplier, which, if proven correct, could
result in the supplier
being restricted from doing business with
organs of state.”
[46]
As for clause 20.9.1 the bald assertion by Transnet that Radds was
the highest ranked bidder,
without being assessed for stage 3 of the
bid evaluation, is simply incorrect. The Tear report clearly reflects
that Radds was
not evaluated for stage 3 as it was removed before it
could be evaluated for stage 3. Stage 3 involved being evaluated on
price
and B-BBEE. Without a stage 3 evaluation it simply cannot be
asserted that Radds was the highest ranked bidder at the time it was
removed from the bid evaluation process. From Clause 20.9.1 it is
clear that there is a qualification in that the bidder “if
it
is the highest ranked bidder in a bid process.” Then only it is
not advisable to award new business to that bidder. Transnet
thus
followed the incorrect procedure. This decision was also in direct
conflict with Transnet’s second audit report of 8
March 2022
that recommended that management should reconsider the inclusion of
Radds in the procurement process.
[47]
From clause 20.9.1 it is clear that Transnet had a choice, if the
bidder is the highest ranked
bidder, to then either expedite the
restriction process, or if it is not possible to delay the award, to
consider the risks associated
with awarding the tender to the bidder
and whether objective criteria exist to justify the award to another
bidder.
[48]
The common cause facts show that there was no expediting of the
restriction process. Transnet
had thus also failed to adhere to its
own process to expedite the restriction process as required. National
Treasury on 14 February
2021 instructed that Transnet commence with
the restriction of Radds immediately. The restriction notice was
addressed on 28 April
2022. Only on 22 November 2022 did TPT’s
Acting Chief Procurement Officer recommended that Radds be
restricted. Transnet’s
Group Governance Department is
considering the restriction. Absolutely no reasons are forthcoming as
to why this restriction process
has not been expedited from 14
February 2021 to date of hearing 30 January 2024, 3 years.
[49]
If the restriction process cannot be expedited and the award cannot
be delayed then Transnet
must consider the risks of granting the
award to Radds. It is correct that clause 20.9.1 reads that the mere
fact that a forensic
investigation is commissioned against the
supplier would indicate that there are significant allegations of
wrongdoing against
the supplier. But, this must be weighed as a risk
against other factors, like the delay of the award and the competence
of the
supplier/bidder. In this matter there is the anomaly that
Radds is still performing under 339/TPT. Other factors to consider
is,
that pursuant to Transnet on 15 June 2021 sending a letter to
disqualify Radds from tender 469/TPT it on 14 October 2021 and 28
October 2021 awarded two short term contracts to Radds. With the
turmoil at the ports this award cannot be delayed. No evidence
is put
before court how these risks where assessed.
[50]
There is no evidence set out as to why the award is then made to Aqua
and Eyamakhosi. It is common
cause that Eyamakhosi simply could not
perform for what it tendered. It is also common cause that Transnet
was aware of the criminal
fraud and corruption charges against Aqua
relating to the Kwa-Zulu Natal Department of Transport before it
concluded the contract
pursuant to the tender being awarded to it.
Aqua in a variation application, related to this matter, admitted
that it has been
charged and that its director appeared in the
Pietermaritzburg Magistrates’ Court on charges of fraud and
corruption. There
is no explanation on the papers why this fact was
negated in awarding the tender to Aqua. Transnet had the knowledge
that Aqua
is alleged to be involved or being investigated and charged
in corrupt, unlawful or illegal activities yet it proceeds to award
the tender to Aqua. The Competition Commission, in fact, found that
there was collusion between Aqua and another company and the
Competition tribunal prosecution against Aqua was set down for
hearing in March 2023. Transnet arguing to the contrary is simply
false. On 23 November 2022 National Treasury had directed Transnet to
investigate and update it by no later than 2 December 2022
whether
the awarded contractors [Aqua] are those involved with fraud and
corruption related to the Department of Transport KZN
contract.
Pikitup has resolved to restrict Aqua from business in the public
sector pursuant to investigations by KPMG and the Public
Protector
and a recommendation that National Treasury blacklist Aqua. There is
no evidence how these objective criteria were evaluated
and weighed
against awarding Radds the contract.
[51]
This is especially so when one also factors in the bid price that
Aqua and Eyamakhosi quoted
versus what Radds had bid. Their bid price
was R112 million more than Radds. Transnet has now recommended that
the full tender
be awarded to Aqua pursuant to Eyamakhosi
withdrawing. On no argument can this be seen as fulfilling the cost
effective criteria.
It is correct that there can be post bid price
negotiations, but the bid price would be the starting point with it
being very unlikely
that negotiations would lead to R112 million less
being negotiated.
[52]
As far as the process in the PPM is set out where a bidder is the
subject of an ongoing restriction
process or forensic investigation
Transnet has not complied with clause 20.9 of the PPM.
[53]
Furthermore, I find there was no assessment of the criteria and risk,
and if there was, rationality
did not prevail. It must be remarked
that Transnet’s defence of Aqua in court, despite the common
cause adverse findings
against Aqua, was most disconcerting. The
appointment of Aqua was so unreasonable that no reasonable person
could have taken such
a decision.
The
Integrity Pact
[54]
I repeat the relevant clause of the Integrity Pact:
“
5.1
If the Bidder/Supplier has committed a transgression through a
violation of paragraph 3 of this Integrity
Pack or in other form such
as to put its reliability or credibility as a Bidder/Supplier into
question. Transnet may reject the
Bidder’s /Supplier’s
application from the registration or bidding process and remove the
Bidder/Supplier from its database,
if already registered.
5.2
If the Bidder/Supplier has committed a transgression through a
violation of paragraph 3,
or any material violation such as to put
its reliability or credibility into question, Transnet may after
following due procedures
and at its own discretion also exclude the
Bidder/Supplier from future bidding processes. The imposition
and duration of
the exclusion will be determined by the severity of
the transgression. The severity will be determined by the
circumstances
of the case, which will include amongst others the
number of transgressions, the position of the transgressions within
the company
hierarchy of the Bidder/Supplier and the amount of the
damage, the exclusion will be imposed for up to a maximum of 10 (ten)
years.
However, Transnet reserves the right to impose a longer
period of exclusion, depending on the gravity of the misconduct.”
[55]
Clause 5 must be read in conjunction with clause 3.1
“
3.1.
The Bidder/Supplier commits itself to take all measures necessary to
prevent corrupt practices, unfair means
and illegal activities during
any stage of its bid or during any ensuing contract stage in order to
secure the contract or in furtherance
to secure it and in particular
the Bidder/Supplier commits the following:
(a)
will not, directly or through any other person or firm, offer,
promise
or give to Transnet or to any of Transnet’s employees
involved in the bidding process or to any third person any material
or other benefit or payment, in order to obtain an exchange and
advantage during the bidding process; and
(b)
The Bidder/Supplier will not offer, directly or through
intermediaries,
any bribe, gift, consideration, reward, favor, any
material or immaterial benefit or other advantage, commission, fees,
brokerage
or inducement to any employee of Transnet, connected
directly or indirectly with the bidding process, or to any person,
organization
or third party related to the contract in exchange for
any advantage in the bidding, evaluation, contracting and
implementation
of the contract …”
[56]
Clause 3 makes it clear that a bidder commits itself to take measures
necessary to prevent corrupt
practices, unfair means and illegal
activities during any stage of its bid or during the ensuing
contract. Radds and all the bidders
in the tender were required to
certify in the declaration form that they had acquainted themselves
with, and agreed with the content
of the Integrity Pact. The
Integrity Pact was incorporated into the RFP of the tender.
[57]
If the bidder contravenes the Integrity Pact then Transnet is in
terms of clause 5 empowered
to reject the bidder’s application
from the registration of the bidding process and remove the bidder
from its database,
if already registered. And it may, after following
due procedures, exclude the bidder from future bidding processes.
[58]
On no interpretation can Transnet reject a bid in terms of the
Integrity Pact based on past transgressions.
The reason for the
rejection was that Radds had colluded with SI Trucking. SI Trucking
did not bid for this tender. The Integrity
Pact is signed for this
specific bid; there was no colluding.
[59]
The argument on behalf of Transnet that upon a proper interpretation
the words “has committed
a transgression” in clause 5 can
only be interpreted as an action that already occurred indicating
that the violation happened
in the past, is contrived. Clause 3 sets
out that the bidder undertakes to adhere to the Integrity Pact
“during any stage
of its bid or during the ensuing contract.”
Clause 5.1 correctly interpreted can only relate to a transgression
committed
to the bid at hand. If it only relates to past
transgressions, then it would lead to the absurdity that any
transgression of the
bid at hand can only be addressed in a future
bid; if there is no future bid from the bidder then in terms of the
Integrity Pact
the bidder could not be held accountable for past
transgressions.
[60]
Clause 5.2 affords Transnet to exclude the bidder, after following
due process, from future bidding.
Clause 5.2 does not permit for
exclusion of a bidder from a tender pending restriction in
contradiction to clause 20.9 of the PPM.
[61]
Transnet could not invoke the provisions of clauses 5.1 and 5.2 of
the Integrity Pact due to
the mandatory conditions applicable to the
empowering provisions being absent. Transnet could not exclude Radds
from the bidding
process for the tender at hand.
Other
grounds of review
[62]
Due to my finding on the first ground of review rendering the
decision to exclude Radds from
the tender procedurally unlawful as
well as an unreasonable decision I do not address the other points
raised. The decision to
exclude Radds is reviewed and set aside and
the flip side of the decision to award the tender to Aqua and
Eyamakhosi is reviewed
and set aside. Consequently, the contracts
awarded, if any, pursuant to the award of the tender to Aqua and
Eyamakhosi is reviewed
and set aside.
Relief
[63]
Radds is seeking the extraordinary remedy that the Court award the
tender to Radds and not refer
it back to Transnet for the award of
the tender.
Section 8(1)(c)(ii) (aa) of PAJA
permits a court, in exceptional cases, to substitute or vary the
administrative action that it
has reviewed and set aside.
Radds’ argument on
the remedy
[64]
On behalf of Radds it was argued that there exist exceptional
circumstances for this Court to
award the tender to Radds. The
exceptional circumstances are that the Court is in a position to
grant the award because Radds had
already been evaluated for
functionality and its capacity to perform in terms of the tender is
not disputed. The Court can rely
on Transnet’s own expertise on
the bids submitted. Radds quoted price was assessed as being
market-related. Aqua and Eyamakhosi
quoted prices were assessed not
to be market-related.
[65]
As for the last stage of bidding, i.e the pricing and empowerment,
this does not require any
special expertise to adjudicate. The price
must be evaluated in terms of section 9 of the RFP and par 15.6 of
the PPM which calculates
a score based on a prescribed formula which
compares the price of the total bid under consideration with the
price of the lowest
acceptable bid. Radds’ prices are set out
in its pricing schedule. If those rates are subjected to the
application of the
methodology prescribed in the PPPFA and the RFP
Radds is the highest ranked bidder in respect of all the equipment
except for the
front-end loaders. Eyamakhosi placed first, but this
is now immaterial as Eymakhosi is out of the picture. Such an
assessment by
the Court would not infringe on the separation of
powers principle as price and B-BBEE do not involve questions of
policy.
[66]
Substitution would prevent further delay. Transnet had sought several
extensions for bidder extensions
stretching from 17 August 2021 to 5
December 2022. Transnet had failed to file a complete record and
filed its answering affidavit
to this application late which conduct
has compounded the delay. Transnet brought a variation order pending
this application to
urgently award the tender to Aqua to “safeguard
the effective functioning of the port of Richards Bay, the failure of
which
would have a huge adverse impact on the South African economy
and pose severe risks”. From this statement it is clear that
Transnet urgently needs these services at Richards Bay.
[67]
On behalf of Radds it was argued that Transnet is bias and has an
indefensible relationship with
Aqua. Transnet is prepared to conclude
a contract with Aqua despite the Competition Commission Tribunal
hearing and the criminal
matter against Aqua. This bias renders it
unsuitable to remit the bid to Transnet for reconsideration.
Transnet’s
argument on the remedy
[68]
On behalf of Transnet it was argued that this is not an exceptional
matter for substitution.
Furthermore, the doctrine of the separation
of powers mandates a circumscribed role for this Court to play.
Transnet exercises
a polycentric discretion when making this decision
and the Court must observe appropriate deference. A court lacks the
institutional
competence to make a tender award.
[69]
Reliance was placed on the finding of the Constitutional Court in
Trencon Construction (Pty) Limited v Industrial Development
Corporation of South Africa Limited
and Another
2015
(5) SA 245
(CC) par [47]:
“
To my mind, given
the doctrine of separation of powers, in conducting this enquiry
there are certain factors that should inevitably
hold greater weight.
The first is whether a court is in as good a position as the
administrator to make the decision. The second
is whether the
decision of an administrator is a foregone conclusion. These two
factors must be considered cumulatively.”
[70]
Radds’ bid was not evaluated for step 5 of the tender
evaluation process and this implicates
the calculation of pricing and
empowerment scores under the PPM and RFP. It would be separation of
powers incentive for the court
to perform this evaluation. The award
to Radds is not a foregone conclusion because to evaluate the
competing bids the bids must
be adjusted based on the different
B-BBEE contributor scores.
Decision
on the remedy
[71]
The
administrative review context of section 8(1) of PAJA and the wording
under subsection (1)(c)(ii)(aa) make it plain that substitution
remains an extraordinary remedy rendering remittal the proper course.
“
A
court will exercise this power with considerable caution because the
court’s primary function is the restoration of legality.”
[3]
[72]
The Constitutional Court has found that
Section
8(1)(c)(ii)(aa) must be read in the context of section 8(1); an
exceptional circumstances enquiry must take place in the
context of
what is just and equitable in the circumstances; would the granting
of a substitution order be just and equitable.
[73]
The first question I have to consider is whether I am in as good a
position as Transnet to award
the tender to Radds. The procurement
process was in the final stages of evaluation. It is common cause
that functionality has been
assessed by Transnet. There has never
been a dispute that Radds does not have the capacity to perform in
terms of the tender. Transnet
has described Radds, albeit it
ex
post facto
, throughout its answering affidavit as the highest
ranked bidder. Radds’ bid price was found to be market-related.
The manner
in which the price is evaluated is set out in section 9 of
the RFP and par 15.6 of the PPM, which is not a finally weighted
evaluation,
but a prescribed formula. The price evaluation is not
based on policy and I would not be infringing the separation of
powers principle.
[74]
The only remaining issue is the B-BBEE issue. In the answering
affidavit Transnet stated as follows:
“Transnet proceeded
to evaluate the remaining eligible bidders using the automated price
and B-BBEE scorecard and entered
into post tender negotiations with
them to negotiate market negotiated prices.” The automated
scorecards place the Court
in the same position as Transnet to decide
whether Radds must be awarded the tender. The Court is thus in as
good as a position
as Transnet to grant the tender.
[75]
The proposition in the heads that Transnet has spilt the tender
amongst various suppliers to
mitigate the risks to Transnet’s
business continuity and achieve the most cost-effective outcome and
the Court would interfere
with this policy decision is contrived.
This decision was taken due to the interim interdict restricting
Transnet from awarding
the tender to Aqua, is an
ex post facto
decision and was not a policy decision at the time of awarding the
tender.
[76]
Once a court has established that it is in as good a position as the
administrator, it is competent
to enquire into whether the decision
of the administrator is a foregone conclusion. A foregone
conclusion would imply that
there is only one proper outcome of
Transnet’s award of the tender. There is only one proper
outcome of the award of the
tender and that is to Radds as the
highest ranker bidder
pursuant
to its exclusion being procedurally unfair and unreasonable.
[77]
The only other factor the court is considering is whether an ongoing
restriction process has
an impact on awarding the tender. The
restriction process is aimed at any other tenders Radds may be
awarded in future and has
no bearing on this tender.
[78]
I am also satisfied that Transnet cannot use the delay it has caused
to submit that the market
may have changed in a year and therefore
the Court cannot grant the award. In this instance the delay weighs
more in granting the
substitution. Radds can perform in terms of the
contract and both parties are suffering due to the delay. Transnet in
the variation
application set out why the tender must be urgently
awarded, albeit to Aqua. The delay can also affect the public purse.
Transnet
had failed to set out how and why the market had changed in
a year.
[79]
As far as the averment of bias is concerned, I will remark that the
award of the tender to Aqua
and Transnet’s defence thereof is
simply indefensible. Aqua can never be seen to be the lesser of two
evils; its bid price
was not close to market related, it stands
charged before a Court for corruption against Transnet and it is
before the Competition
Commission Tribunal for collusion. The fact
that Transnet defends and brushes this aside raises serious concerns
and I have already
found that no reasonable decision-maker will
reasonably make an award to Aqua.
[80]
Upon a consideration of all the facts I am satisfied that the
decision to exercise the award
of the tender should not be left to
Transnet.
[4]
Costs
[81]
On behalf of Radds it was argued that Transnet should pay the costs
on a punitive scale. This
would mark this Court’s disapproval
of Transnet’s conduct treating Radds contemptuously, it raised
debunked grounds
to justify its conduct and flatly refused to
consider exculpatory evidence. It raised concerns about governance in
justifying its
exclusion of Radds, but defended its decision to
appoint Aqua.
[82]
It did all of the above while there is “A higher duty imposed
on public litigants, as the
Constitution’s principal agents, to
respect the law, to fulfil procedural requirements and to tread
respectfully when dealing
with rights.”
[5]
[83]
The costs of the urgent interim interdict were reserved and the costs
awarded in this application
must follow.
[84]
There was also an application to compel brought by Radds to provide
documents that were not included
in the record. The three reports
produced by Transnet pursuant to the application to compel were
sought in the application to compel.
There was no basis for Transnet
to resist the production of these documents and the reserved costs
must be awarded to Radds.
[85]
Transnet is also seeking the wasted costs of 28 July 2023. The matter
had to be postponed because
Transnet had filed its opposing affidavit
2 weeks late leaving insufficient time for the delivery of Radds’
reply. Transnet
must also be ordered to pay those costs.
[86]
Due to the complexity of the matter the three counsel were justified
and the costs order should
include the costs of three counsel.
[87]
On behalf of Transnet it was argued that it should be awarded the
costs, if successful including
the costs of two counsel. It agreed
that the costs of part A should follow the result in this matter.
[88]
It argued that the application to compel was unjustified and that the
audit report sought by
Radds was included in the record furnished by
Transnet. Radds should thus not be awarded those costs.
Decision
on costs
[89]
Radds, as the successful party must be awarded the costs of Part A
and Part B of this application.
The question is whether it must be on
a punitive scale. A Court will grant such an award to mark its
disapproval of a party’s
conduct. A Court will not lightly
grant such an order and special grounds must exist before such an
order is granted. Although
some grounds raised may lead to such an
award, I exercise my discretion to upon the totality of the factors
before me not to award
attorney and client costs. However, I agree
that three counsel in this matter was not an overkill, but necessary
and the costs
include costs of three counsel, where so employed.
[90]
Transnet must also pay the wasted costs of 28 July 2023 in that they
caused the postponement
with the late filing of their answering
affidavit.
[91]
Transnet must also pay the costs of the application to compel because
Radds was substantially
successful in its application.
[92]
I accordingly make the following order:
92.1
Transnet’s decisions of 24 August 2022 and 17 October 2022 to
exclude Radds from the tender is reviewed
and set aside.
92.2
Transnet’s decision of 17 October 2022 to award the tender to
Aqua and Eyamakhosi is reviewed and set
aside.
92.3
Such contracts that have been entered into between the respondents
pursuant to the award is reviewed and
set aside and declared void
ab
initio.
92.4
Transnet’s decision to award the tender to Aqua and Eyamakhosi
is substituted with a decision to award
the tender to Radds.
92.5
Transnet is directed to pay the costs of this application, including
the reserved costs of Part A of the
application, the costs of the
application to compel and wasted costs of 28 July 2023, such costs to
include the costs consequent
upon the employment of three counsel.
S.
POTTERILL
JUDGE
OF THE HIGH COURT
CASE NO:
2022-038072
HEARD ON:
30 and 31 January
2024
FOR THE APPLICANT:
ADV. H.F.
OOSTHUIZEN SC
ADV. T. SCOTT
ADV. Z. RAQOWA
INSTRUCTED BY:
Froneman Roux &
Streicher Attorneys
FOR THE RESPONDENT:
ADV. T. MOTAU SC
ADV. D. SIVE
INSTRUCTED BY:
Mkhabela Huntley
Attorneys Inc.
DATE OF JUDGMENT:
19 April 2024
[1]
Reed
and Others v The Master of the High Court and Others
[2005]
2 All SA 429
at par [25]
[2]
DPP
Valuers (Pty) Ltd v Madibeng Local Municipality
(233/2015)
[2015] ZASCA 146
(1 October 2015) at par [14] [footnotes omitted]
[3]
Valobex
173 CC v Member of the Executive Council for Economic Development,
Environment, Agriculture and Rural Development, Gauteng
Provincial
Government and Another
(19803/2021)
[2024] ZAGPJHC (2 February 2024)
[4]
Gauteng
Gambling Board v Silverstar Development Ltd and Others
2005
(4) SA 67
(SCA) par [28]
[5]
Public
Protector v South African Reserve Bank
2019
(6) SA 253
(CC) par [155]
sino noindex
make_database footer start
Similar Cases
RMS Joint Venture CC t/a Radds Transport and Others v National Treasury and Others (056819/2024) [2024] ZAGPPHC 604 (21 June 2024)
[2024] ZAGPPHC 604High Court of South Africa (Gauteng Division, Pretoria)100% similar
RMS Joint Venture CC t/a Radds Transport v Transnet SOC Limited, Eyamakoshi and Others (038072/2022) [2022] ZAGPPHC 991 (15 December 2022)
[2022] ZAGPPHC 991High Court of South Africa (Gauteng Division, Pretoria)100% similar
HMT Projects (PTY) Ltd v Van der Heever N.O and Others (1012/2019) [2023] ZAGPPHC 3 (10 January 2023)
[2023] ZAGPPHC 3High Court of South Africa (Gauteng Division, Pretoria)98% similar
CRS Technologies (Pty) Ltd v Mckerrel and Others (A308/19) [2022] ZAGPPHC 535 (19 July 2022)
[2022] ZAGPPHC 535High Court of South Africa (Gauteng Division, Pretoria)98% similar
Disaware (Pty) Ltd t/a Waterkloof Spar v Academic and Professional Staff Associate (41665/2021) [2024] ZAGPPHC 889 (13 September 2024)
[2024] ZAGPPHC 889High Court of South Africa (Gauteng Division, Pretoria)98% similar