Case Law[2024] ZAGPPHC 1168South Africa
Mantladi Technologies (Pty) Ltd v National Treasury and Others (033768/2022) [2024] ZAGPPHC 1168 (11 November 2024)
High Court of South Africa (Gauteng Division, Pretoria)
11 November 2024
Headnotes
which was non-woven. In addition, Drawtex certificates and test reports on the manufacturing of their dressings demonstrate that the products are non- woven, and Maisha did not demonstrate that the products they submitted were woven.
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 1168
|
Noteup
|
LawCite
sino index
## Mantladi Technologies (Pty) Ltd v National Treasury and Others (033768/2022) [2024] ZAGPPHC 1168 (11 November 2024)
Mantladi Technologies (Pty) Ltd v National Treasury and Others (033768/2022) [2024] ZAGPPHC 1168 (11 November 2024)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAGPPHC/Data/2024_1168.html
sino date 11 November 2024
IN THE HIGH COURT OF
SOUTH AFRICA
GAUTENG DIVISION,
PRETORIA
Case Number: 033768/2022
(1)
REPORTABLE: NO.
(2)
OF INTEREST TO OTHER JUDGES: NO
(3)
REVISED: NO
DATE:
11 November 2024
SIGNATURE
In the matter between:
MANTLADI TECHNOLOGIES
(PTY) LTD
Applicant
and
THE NATIONAL
TREASURY
First Respondent
THE
DEPARTMENT OF
HEALTH
Second Respondent
THE
MINISTER OF
FINANCE
Third Respondent
THE
COMPETITION COMMISSION OF
SOUTH
AFRICA
Fourth Respondent
NUANGLE SOLUTIONS
(PTY) LTD
Fifth Respondent
MOTHUDI
SERVICES (PTY)
LTD
Sixth Respondent
LOGAN
MEDICAL & SURGICAL (PTY) LTD
Seventh Respondent
ENDOMED
MEDICAL & SURGICAL SUPPLIES CC
Eighth Respondent
MAISHA
MED (PTY)
LTD
Ninth Respondent
JUDGMENT
MAHOSI J
Introduction
[1]
This is an application for an order to review and
set aside the first respondent’s decision to award the tender
RT42-2021
to the fifth to ninth respondents, respectively, for the
supply and delivery of bandages and dressings to the State from 01
April
2022 to March 2025. The applicant
sought
an order to remit the impugned decision to the first respondent for
reconsideration.
The Parties
[2]
The applicant is Mantladi Technologies (Pty) Ltd
(“Mantladi”), a private company with limited liability
duly registered
and incorporated in terms of the laws of this
country. The first respondent is the National Treasury, responsible
for managing
South Africa's National Government Finances. The Second
Respondent is the Department of Health, cited as the department
responsible
for providing public healthcare to the population of the
Country. The third respondent is the Minister of Finance cited as an
official
responsible for inter- governmental financial and fiscal
relations. The fourth respondent is the Competition Commission of
South
Africa cited because of its mandate to investigate all
competition concerns. The fifth to ninth respondents are all
successful
bidders and cited as they have an interest in the matter.
The first and third respondents opposed the application.
The background
[3]
On 27 July 2021, the National Treasury advertised
the tender as a transversal term contract for three years to supply
bandages and
dressings. On the closing date, 26 August 2021, the
National Treasury received ninety-three (93) bids, and the applicant
was one
unsuccessful bidder. The successful bidders were awarded the
tender on 29 April 2022. Aggrieved by the National Treasury's
decision
not to grant it the tender, Mantladi brought the current
application. The first and third respondents (“the Treasury
respondents”)
opposed the application.
The submissions
For the applicant
[4]
Mantladi relied on four grounds of review. The
first is that the pricing submitted by the sixth to eighth
respondents indicated
that the products submitted for the tender
could not be absorbent capillary action products but must be passive
wound care products.
The second was that if the products supplied by
the sixth to eighth respondent met the tender specifications, the
sixth to eighth
respondents fell below clause 5.2.2.3 of the Special
Conditions of Contract (“SCC”). The third was that the
submitted
product was incorrectly classified as woven. The fourth was
that the non-woven product submitted by the ninth respondent was
incorrectly
classified as a woven product.
[5]
It was based on the above that Mantladi contended,
inter alia
,
that the National Treasury’s decision to award the tender to
the successful bidders was not rationally connected to the
information provided to it and was based on irrelevant
considerations. At the core of Mantladi’s contention was that
prior to this tender, from 1999 to 2017, when the
second respondent, the Department of Health (“the Department”),
issued
a tender for the supply of advanced wound care products, the
bid specifications requirements were listed in generic categories
without a specific description of the product. However, since 2017,
there has been a definite shift in how governmental departments
formulated their tenders, in that tenderers are now requested in
categories with detailed specifications that are no longer generic.
Mantladi asserted that this was a “nefarious tool” to
exclude competitors from the market, creating a temporary monopoly
that resulted in unfair competition and did not meet the
internationally accepted procurement method for advanced wound care
products.
[6]
Mantladi claimed that the National Treasury
refused to align itself with internationally accepted methods used by
the Western Cape
and Kwa-Zulu Natal provincial governments. It
further directed a complaint to the Competition Commission
investigation, which had
yet to be finalised.
[7]
Mantladi outlined why the sixth to ninth
respondents should have been disqualified in its founding and
supplementary affidavits.
It stated that
although
the sixth respondent, Mothudi Services, was awarded line items
RT42-01-111,
RT42-01-113,
RT42-01-115
and
RT42-01-127,
its
product supplier based in Portugal, Bastos Viega
did not indicate that the wound dressing was a hydrocapillary
non-woven product
which was in contravention of the SCC applicable to
the tender.
[8]
Mantladi argued that the fact that the product
supplied by Bastos Viegas was a non-adherent dressing did not mean
that the dressing
was a hydrocapillary non-woven product. Further, a
search on the Bastos Viega website for a hydrocapillary non-woven
product returned
no results, demonstrating that Mothudi Services
should not have been awarded the line items listed above because the
product specification
did not comply with the advanced wound care
requirements.
[9]
Mantladi submitted that the seventh respondent,
Logan Medical & Surgical (Pty) Ltd, should have been disqualified
from supplying
line items RT42-01-111 and RT42-01-121 because a
search of the website of its
product
supplier, All Pro Corporation, demonstrated that they produced no
hydrocapillary non-woven product and did not present any
results for
a search of the word hydrocapillary. Additionally, although Logan
Medical & Surgical had submitted sample products
it intended to
tender to the South Africa Bureau of Standards (SABS) for testing, it
did not provide a product sample under the
line items awarded for
testing and classification. Further, the supporting documentation
submitted and a search of the manufacturer's
website showed that the
product it submitted did not comply with the advanced wound care
requirements.
[10]
The eighth respondent, Endomed Medical &
Surgical Supplies CC (“Endomed”), was awarded line items
RT42-01-113, RT42-01-115,
RT42-01- 117, RT42-01-119 and RT42-01-123,
but they failed to provide a letter of authorisation from PharmaPlast
as required by
the SCC, item TCBD 1.2 and a search on the
manufacturer’s website for a hydro capillary dressing returns
no result. Mantladi
averred that the Exsorb Pad product used by
Endomed to tender under the hydrocapillary non-woven category did not
meet the tender
specification for the hydrocapillary non-woven
product. For this reason, Mantladi argued that Endomed should not
have been awarded
the line items because the product specification
does not comply with advanced wound care requirements.
[11]
The ninth Respondent, Maisha Med (Pty) Ltd
(“Maisha Med"), was awarded line items RT42-01-110,
RT42-01-112, RT42-01-116,
RT42-01-118,
RT42-01-120, RT42-01-124
and RT42-01-128, which fall under the woven category, however, it
utilised the same product to tender under
the woven and non-woven
category. Mantladi claimed that the product catalogue of Maisha Med’s
supplier, Beier Drawtex, demonstrated
that it only had one type of
product manufactured following the 2006 patent that they held, which
was non-woven. In addition, Drawtex
certificates and test reports on
the manufacturing of their dressings demonstrate that the products
are non- woven, and Maisha
did not demonstrate that the products they
submitted were woven.
For the Treasury
respondents
[12]
The Treasury respondents submitted that there was
no basis in fact
and law for any of the
complaints raised by the applicant, and the latter needs to
demonstrate how the National Treasury's decision
falls to be reviewed
and set aside. They explained that the National Treasury centrally
facilitated transversal term contracts
on behalf of the State,
typically when there is more than one State Department that requires
the supply of certain goods or services.
[13]
In the tender in question, the Provincial
Departments of Health, the Department of Correctional Services and
the Department of Defense
required the supply of the advanced wound
care products. The Nation Treasury facilitated the tender process,
and the Bid Specifications
Committee ("BSC"), comprising
individuals from the relevant departments and the National Treasury,
compiled the specifications
for the tender. The National Treasury
averred that before its issuance, it ensured that the bid document
was as generic as possible
to accommodate all the relevant qualifying
bidders or role players in the specific market for the tender. In
essence, it ensured
that it was in line with,
inter
alia
, the requirements of section 217
of the Constitution and promoted the procurement process that is
fair, equitable, transparent,
competitive and cost-effective.
[14]
The treasury respondents submitted that, in
issuing the bid, the National Treasury recognised that the South
African bandage dressings
market was moderately competitive. As the
competition and the need for innovation increased, the industry was
open to innovative
offerings and alternative solutions to
long-lasting challenges and consumer demands. The tender consisted of
479 items, which included,
inter alia, different categories
of
wound dressings, foam dressings, bandages and skin closure strips.
These products are used to assist in managing non-healing
wounds as
well as chronic wounds associated with, among other things, diabetes
and the management of wounds that have placed a
severe burden on
healthcare resources.
[15]
The Bid Evaluation Committee held two meetings
between 08 November 2021 and 10 February 2022 to evaluate the bids,
and the process
was conducted in five phases. The first was made up
of pre-qualifying criteria. The second was compliance with mandatory
and other
standard bidding documents. The third was local content,
which was applicable only to locally manufactured products. The
fourth
was technical evaluation, and the fifth involved price and
B-BBEE.
[16]
All bidders who submitted their bids were
evaluated following all the
five
phases.
Those
who
did
not
meet
the
requirements
of
a
specific
phase were disqualified from progressing to the
next phase, and only bidders who were successful in all five phases
were recommended
for appointment. Of the 479 line items, Mantladi
allegedly made offers on nine items. On 04 March 2022, the BEC
recommended 46
bidders for appointment, and Mantladi was not one of
them because it was unsuccessful in the technical evaluation phase.
The treasury
respondents submitted that Mantladi was unsuccessful
because it provided woven items instead of non-woven ones and failed
to provide
samples for some of the line items it bid on. For the
above reasons, the treasury respondents contended that Mantladi’s
grounds
of review were untenable.
The legal framework
[17]
Mantladi
based its application on section 6(2)(e)(iii) and section
2(f)(ii)(cc) and (dd) PAJA
[1]
.
Section 6 provides for the judicial review of the administrative
action, and it reads:
“
(1)
Any
person
may
institute
proceedings
in
a
court
or
a
tribunal
for
the judicial review of an
administrative action.
(2)
A
court
or
tribunal
has
the
power
to
judicially
review
an
administrative action
if-
(a)
the
administrator
who
took
it-
(i)
was
not
authorised
to
do
so
by
the
empowering provision;
(ii)
acted
under
a
delegation
of
power
which
was
not authorised by the empowering provision; or
(iii)
was
biased
or
reasonably
suspected
of
bias;
(b)
a
mandatory
and
material procedure
or
condition
prescribed
by
an empowering provision was not complied with;
(c)
the
action
was
procedurally
unfair;
(d)
the action
was
materially influenced
by an
error
of law;
(e)
the action was taken -
(i)
for
a
reason
not
authorised
by
the
empowering
provision;
(ii)
for an ulterior purpose or motive;
(iii)
because
irrelevant
considerations
were
taken
into
account
or
relevant
considerations
were
not
considered
(iv)
because
of
the
authorised
or
unwarranted
dictates
of
another person or
body;
(v)
in bad faith; or
(vi)
arbitrarily
or
capriciously;
(f)
the action itself-
(i)
contravenes
a
law or
is not
authorised by the empowering
provision; or
(ii)
is
not
rationally
connected
to-
(aa)
the purpose for which it was taken;
(bb)
the purpose of the empowering provision;
(cc) the information
before the administrator; or (dd) the reasons given for it by the
administrator;
(g)
the action concerned consists of a failure to take
a decision;
(h)
the exercise of the power or the performance of
the function authorised by the empowering provision, in pursuance of
which
the administrative action was
purportedly taken, is so unreasonable
that
no
reasonable
person
could
have
so exercised
the
power
or
performed
the
function; or
(i)
the
action
is
otherwise
unconstitutional
or
unlawful.
[18]
Section
8
deals
with
the
remedies
in
proceedings
for
judicial
review, and subsection (1)(c)(ii) reads:
“
(1)
The
Court
or
tribunal,
in
proceedings
for
judicial
review
in
terms
of section 6 (1), may grant
any order that is just and equitable, including orders-
…
(c)
setting
aside
the
administrative
action
and-
(i)
remitting
the
matter for reconsideration by the administrator,
with or without directions; or
(ii)
in
exceptional
cases
–
(aa) substituting or
varying administrative action the administrative action or correcting
a defect resulting from the administrative
action; or
(bb) directing the
administrator or any other party to the proceedings to pay
compensation.”
Assessment
[19]
As aforesaid, Mantladi sought an order to review
and set aside the treasury respondents' decision based on four
grounds. However,
in its heads of arguments, it sought a new relief
in which this Court must grant an order to vary the administrative
decision made
by the treasury respondents by including it in the
tender.
[20]
In support of its new relief, Mantladi submitted
that it would not be appropriate to refer the matter back to the
treasury respondents
for reconsideration as the tender period would
prescribe on 31 March 2025, and the treasury respondents do not have
the requisite
expertise to adjudicate the tender for the provision of
advanced wound care products, specifically those line items that form
the
subject matter of this application.
[21]
The treasury respondents filed their heads of
arguments and stated:
“
6.
Mantladi
now
seeks
what
is
effectively
entirely
new
relief.
It
seeks
an order
to
vary
or
substitute
the
impugned
decision
so
that
it
can
be
included
in the
tender.
Mantladi
seeks
this
substitution
relief
in
terms
of
section 8(1)(c)(ii)(aa)
of
the
Promotion
of
Administrative
Justice
Act
3
of
2000 (“PAJA”).
Alternatively,
Mantladi
seeks
that
it
be
compensated
for
its
alleged loss
in
profit
from
being
disqualified
from
the
tender.
Mantladi
relies
on section
8(1)(c)(ii)(bb)
of
PAJA
for
this
compensatory
relief.
7. Mantladi
seeks this new relief in circumstances where it has not pleaded this
relief anywhere in its papers and in
circumstances where it has not
amended its notice of motion seeking this new relief. The Treasury
respondents submit that under
the circumstances, the relief sought
cannot be granted and this ought to be dispositive of this entire
application.”
[22]
It was on the basis of the above that the treasury
respondents argued that Mantladi’s new strategy of seeking a
new relief,
which has not been advanced or dealt with at all in its
founding papers at the eleventh hour of its heads of argument, cannot
be
countenanced as no case had been made for
it.
The Treasury respondents asserted that Mantladi's attempt to seek a
new relief should be dispositive of the entire application,
and there
was no need for this Court to decide on the various grounds of review
Mantladi raised.
[23]
The above prompted Mantladi, two court days before
the hearing of
this application, to file
the notice of intention to amend its notice of motion in terms of
Rule 28(10) of the Uniform Rules in
terms of which it no longer seeks
an order to set aside the tender award, but to declare the treasury
respondents’ decision
not to include it in the tender unlawful.
It seeks the following prayers:
“
1.
The
decision
of
the
first
and
third
respondents’
(“the
treasury respondents”)
failure to award tender RT42-2021 for the supply and delivery
of
bandages
and
dressing
(Hydrocapillary
non-woven
category) to the State (“the
tender”) to the applicant (“the decision”) is
unlawful.
2.
The applicant is to be included in the tender from
the date of this order until 31 March 2025 or to such further date to
which the
tender is
extended
3.
The applicant is entitled to just and equitable
compensation in
accordance
with
section
8(1)(c)(ii)(bb)
of
the
Promotion
of Administrative Justice Act 3 of 2000 (PAJA)
4.
The following issues are referred to
viva
voce
evidence
(“the
hearing”)
4.1
The quantum of the applicant’s loss of
profits that it would have made had the applicant been awarded the
tender from 01 April
2022 to date of this order; and
4.2
The amount of compensation that is just and
equitable on the
facts of this matter.
In the alternative to
prayers 2 and 4 (including the sub-paragraphs thereto) above:
5.
The applicant is entitled to just and equitable
compensation in
accordance
with
section
8(1)(c)(ii)(bb)
of
the
Promotion
of Administrative Justice Act 3 of 2000 (PAJA)
6.
The
following
issues
are
referred
to
viva
voce
evidence
(“the hearing):
6.1
The quantum of the applicant’s loss of
profits that it would have made had the applicant been awarded the
tender from 01 April
2022 to date of this order; and
6.2
The amount of compensation that is just and
equitable on the
facts of this matter
7.
Should
any
of
the
party
wish
to
lead
evidence
of
any
person
who
has not
deposed
to
an
affidavit
in
these
proceedings,
that
person
shall
submit an affidavit containing a summary of such person’s
evidence, together with any document upon which they rely
and do so
at least 15 days prior to the hearing.
8.
Within
20
days
of
the
making
of
this
order,
each
of
the
parties
shall make a
discovery on oath, of all the documents relating to the issues
referred to above, which documents are, or have at any
time been, in
possession or under control of such party.
9.
Such
discovery
shall
be
in
accordance
with
Rule
35
of
the
Uniform Rules of
Court and the provisions of that Rule regarding the inspection and
production
of
documents
discovered
shall
be
operative.
10.
Either
party
may
subpoena
any
person
to
give
evidence
at
the
hearing, whether such person has consented to furnish a statement or
not.
11.
The fact that a person has served a statement or
has subpoenaed a witness, shall not oblige such party such party to
call the witness
concerned.
12.
The
Treasury
respondent
is
to
pay
the
applicant's
costs,
which included the costs of two counsel at
schedule B and C of the Rules
67A(3) and
69(7).”
[24]
On the same day, the treasury respondents
indicated their intention to oppose the amendment Mantladi sought.
Rule 28(10) provides
that:
“
(10)
The
court
may,
notwithstanding
anything
to
the
contrary
in
this
rule,
at any
stage
before
judgment
grant
leave
to
amend
any
pleading
or
document on
such
other
terms
as
to
costs
or
other
matters
as
it
deems
fit.”
[25]
Although rule 28(10) permits any party to a
dispute to seek leave from
a court at any
stage before judgment for an order to amend any pleading or document
and provides a court with the widest discretion,
it is trite the
discretion must be exercised judicially taking into consideration all
the facts and circumstances before a Court.
[26]
In the current matter, Mantladi effectively seeks
to be included amongst the successful tenderers to mitigate its
damages and to
refer to oral evidence, the quantification of its
damages from the inception of the tender (as if it had been included
from inception)
to the date of this order. The basis for Mantladi’s
application was that the tender had almost run its course and
referring
the tender back to the tender Bid Adjudication Committee
for reconsideration as initially prayed would be impractical to
implement.
Mantladi accepted no fault for this status as it
unsuccessfully commenced with urgent review proceedings after the
tender was awarded
to the successful tenderers.
[27]
At the application hearing, Mantladi sought to
further amend its amended notice of motion in the form of a draft
order by extending
the relief sought in 4.3 of the amended notice of
motion to cater for the referral to evidence the issue of damages.
[28]
To
buttress the bases of its amendment, Mantladi relies on the judgments
in
Trencon
Construction (Pty) Limited v Industrial Development Corporation
of
South
Africa
Limited
and
Another
[2]
(“
Trencon”
)
and
Mngomezulu
and Mistry Incorporated v MEC for Health: NW Province and another
[3]
(“Mngomezulu”).
However,
in both these cases, the facts are distinguishable from the current
matter, and the relief sought in terms of section 8
of PAJA was
granted because the Courts found that the applicants ought to have
been rightfully awarded the tenders and exceptional
circumstances
existed for the relief sought.
[29]
In
Trencon,
the
Constitutional Court considered the test to be applied by Courts in
establishing whether exceptional circumstances justify a
substitution
order under section 8(1)(c)(ii)(aa) of PAJA. It stated that:
“
[34]
Pursuant to administrative review under section 6 of PAJA and once
administrative
action
is
set
aside,
section
8(1)
affords
courts
a
wide
discretion to grant “any
order that is just and equitable”. In exceptional
circumstances, section
8(1)(c)(ii)(aa)
affords
a
court
the
discretion
to
make
a
substitution order.
[35] Section
8(1)(c)(ii)(aa) must be read in the context of section 8(1). Simply
put, an exceptional circumstances enquiry must
take place in the
context of what is just and equitable in the circumstances. In
effect, even where there are exceptional circumstances,
a court must
be satisfied that it would be just and equitable to grant an order of
substitution.”
[30]
In the current matter, Mantladi only submitted a
bid and made offers on nine (9) line items out of the 479 line items
that formed
the subject of the bid. Mantladi was deemed non-compliant
on all the line items it bid and made offers on because it was found
to have provided woven items, whereas the
bid
specification required non-woven items. In addition, Mantladi was
also disqualified because, in terms of the bid specification,
bidders
were required
to provide samples with their
bids to enable the BEC to ascertain if they met the relevant
technical requirements. For some of the
nine line items that Mantladi
bid on, it failed to provide the samples for the BEC to assess. The
requirements for the tender were
precise, and Mantladi was
non-compliant.
As a result, its bid failed.
[31]
Mantladi contended that it was impossible for a
bidder to submit the products at the prices tendered by the
successful bidders and
relied on the confirmatory affidavit of
Jacobus Mouton (“Mr Mouton”) and the report from Defcon
Protect (Pty) Ltd (“the
Defcon report”) to allege that
the wound care products tendered and supplied by the ninth respondent
(“Maisha”),
which are in turn manufactured by Beier
Drawtex Health Care (Pty) Ltd (“Drawtex”), do not meet
the requirement of the
tender in that the Drawtex products are not
woven products as required by the tender. However, the Treasury
respondents submitted
that on 28 February 2023, Mr Mouton wrote a
letter to Drawtex to confirm if Drawtex manufactured wound care
dressings using the
woven process in line with the tender
requirements. Drawtex confirmed, on 01 March 2023, that its products
adhere to the specifications
and requirements of the tender.
[32]
The
treasury respondents correctly asserted that, at its core, the
purpose of any tender is to elicit the best products or services
through a process that is,
inter
alia
,
cost-effective and competitive. They relied on section 217 of the
Constitution
[4]
to submit that
the system of awarding contracts to the State must be cost-effective.
To the extent that Mantladi conceded that
the successful bidders'
pricing was significantly lower, it is apparent that the treasury
respondents acted in the public interest.
There is, therefore, no
merit to this ground of review.
[33]
Mantladi contended that the sixth to eighth
respondents contravened clause
5.2.2.3
of
the
SCC
because
their
bids
were
under-quoted.
Clause
5.2.2.3 of the SCC states that:
“
Due
diligence
on
all
market
related
pricing
reasonability
will
be
conducted. The State reserves
the right to disqualify bid offers in which there is no
reasonable
doubt
that
the
bid
offered
is
under-quoted.
In
this
case
the
bidder will be
required
to
submit
supporting
documentations.”
[34]
The above clause empowers the National Treasury to
determine whether there is no reasonable doubt that the bid offered
was under-quoted.
It is, therefore, not for Mantladi to assert that
because the successful bidder’s prices were lower than its
pricing amounted
to under-quoting. Besides, as aforesaid, Drawtex
confirmed that its products complied with the tender specifications.
Thus, Mantladi’s
contention that the products supplied by
Maisha did not comply with the tender requirements had no basis. In
light of the above,
Mantladi’s third and last grounds of review
are meritless. Besides, to the extent that Mantladi did not submit a
bid for
items awarded to Maisha, I agree with the treasury
respondents that the former had no entitlement to review the award of
these
items as it had no direct external legal effect on its rights.
Conclusion
[35]
Considering the facts and circumstances of this
matter, Mantladi has failed to establish that the treasury
respondents took irrelevant
considerations into account or failed to
consider relevant considerations. Mantladi should have shown that the
decision was not
rationally connected to the information before the
National Treasury or its reasons. It follows that there are no
grounds on which
this Court may review and set aside the treasury
respondent’s decision to award the tender to the successful
bidders in terms
of section 6 of PAJA.
[36]
Additionally, Mantladi has failed to demonstrate
exceptional circumstances to warrant the new relief sought.
Accordingly, there
is no basis for
this
Court
to
allow
Mantladi’s
application
for
amendment
in
terms
of
rule
28(10). Thus, its
application stands to fail
[37]
Accordingly, the following order is made:
1.
The application is dismissed.
2.
The
applicant
must
pay
the
first
and
third
respondents'
costs,
including the costs of counsel on scale B.
D Mahosi
Acting Judge of the High
Court
Delivered: This
judgment was handed down electronically by circulation to the
parties' representatives through email. The
date for hand-down is
deemed to be 11 November 2024.
Appearances
For
the Applicant:
Advocate
JP van den Berg SC and
DH
Hinsrichsen
Instructed
by:
Cavanagh
& Richards Attorneys
For
the first and third respondents:
Advocate
M Musandiwa
Instructed
by:
State
Attorney, Pretoria
[1]
Act
3 of 2000, as amended.
[2]
2015]
ZACC 22
[3]
[2019]
3 All SA 796 (NWM)
[4]
Section
217 reads:
“
When
an organ of state in the national, provincial or local sphere of
government, or any
other institution
identified in national legislation, contracts for goods or services,
it must do so in accordance with a system
which is fair, equitable,
transparent, competitive and cost- effective.”
sino noindex
make_database footer start
Similar Cases
Mantladi Technologies (Pty) Ltd v National Treasury and Others (36978/2022) [2022] ZAGPPHC 789 (25 October 2022)
[2022] ZAGPPHC 789High Court of South Africa (Gauteng Division, Pretoria)100% similar
Mantladi Technologies (Pty) Ltd v National Treasury and Others (36978/2022) [2022] ZAGPPHC 625 (24 August 2022)
[2022] ZAGPPHC 625High Court of South Africa (Gauteng Division, Pretoria)100% similar
Mantsho and Another v Hiroschowitz Flionis Attorneys (Leave to Appeal) (45098/2021) [2024] ZAGPPHC 755 (15 July 2024)
[2024] ZAGPPHC 755High Court of South Africa (Gauteng Division, Pretoria)99% similar
Mtshali N.O. and Others v Buffalo Conservation 97 (PTY) Limited (40602/08) [2023] ZAGPPHC 16 (16 January 2023)
[2023] ZAGPPHC 16High Court of South Africa (Gauteng Division, Pretoria)98% similar
Matabicho (Pty) Ltd v Gauteng Provincial Liquor Board and Others (111703/2023) [2024] ZAGPPHC 1241 (29 November 2024)
[2024] ZAGPPHC 1241High Court of South Africa (Gauteng Division, Pretoria)98% similar