Case Law[2024] ZAGPPHC 1379South Africa
Philips South Africa Commercial (Pty) Ltd v State Information Technology Agency Ltd and Others (22/20305) [2024] ZAGPPHC 1379 (10 December 2024)
High Court of South Africa (Gauteng Division, Pretoria)
10 December 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 1379
|
Noteup
|
LawCite
sino index
## Philips South Africa Commercial (Pty) Ltd v State Information Technology Agency Ltd and Others (22/20305) [2024] ZAGPPHC 1379 (10 December 2024)
Philips South Africa Commercial (Pty) Ltd v State Information Technology Agency Ltd and Others (22/20305) [2024] ZAGPPHC 1379 (10 December 2024)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAGPPHC/Data/2024_1379.html
sino date 10 December 2024
REPUBLIC
OF SOUTH AFRICA
IN
THE HIGH COURT OF SOUTH AFRICA
GAUTENG
DIVISION, PRETORIA
Case Number: 22/20305
Reportable:
YES
/
NO
Circulate
to Judges:
YES
/
NO
Circulate
to Magistrates:
YES /
NO
Circulate
to Regional Magistrates: YES /
NO
In
the matter between:
PHILIPS
SOUTH AFRICA COMMERCIAL (PTY) LTD
Applicant
AND
STATE
INFORMATION TECHNOLOGY AGENCY LTD
First Respondent
MEMBER
OF THE EXECUTIVE COUNCIL
FOR
HEALTH, GAUTENG
Second
Respondent
SIEMENS
(PTY)
LTD
Third Respondent
SIEMENS
HEALTHCARE (PTY) LTD
Fourth Respondent
JUDGMENT
MAAKANE
AJ
INTRODUCTION
[1]
The applicant (“Philips”), seeks among others to have a
tender known as
RFB2186/2020
reviewed and set aside. The
tender was awarded to the fourth respondent (“Siemens Health”)
by the Gauteng Department
of Health (“GDoH”). Philips is
an unsuccessful bidder in the said tender. In its initial Notice of
Motion issued on
7 April 2022
, Siemens Health was not cited.
However, in its subsequent and amended Notice of Motion, Philips
sought among others, to join Siemens
Health as the fourth respondent.
The application to join fourth respondent is not opposed. In fact, it
appears to be common cause
that Siemens Health is the correct entity
that submitted the bid. It is also the entity that was specifically
recommended by SITA,
and subsequently appointed as preferred bidder
by the GDoH. I am therefore satisfied that Siemens Health is the
entity to which
the tender was awarded and is accordingly joined as
the fourth respondent.
[2]
Relief sought in the said amended Notice of Motion has been set
out as follows:
1.
“
Joining Siemens Healthcare (Pty) Ltd as the Fourth
Respondent.
2.
Declaring that the First Respondent’s alternatively, the
Second Respondent’s further alternatively the First and Second
Respondents’ decision to award tender RFB 2186/2020 for the
Provision of a Fully Manged Enterprise Picture Archiving and
Communication System for the Gauteng Department of Health with
Maintenance and Support for a Five-Year Period to the Third
Respondent
alternatively the Fourth Respondent on
31 August
2021
(“Tender Award”) is unlawful and invalid.
3.
Reviewing and setting aside the First Respondent’s
alternative, the Second Respondent’s further alternatively the
First
and second Respondents’ award of tender RFB 2186/2020 for
the Provision of a Fully Manged Enterprise Picture Archiving and
Communication System for the Gauteng Department of Health with
Maintenance and Support for Five-Year Period to the third Respondent
alternatively the Fourth Respondent on
31 August 2021
.
4.
Directing that the First Respondent alternatively, the Second
Respondent further alternatively the First and second Respondents
readvertise a request for bids for the provision of a Fully Manged
Enterprise picture Archiving and Communications System for the
Gauteng Department of Health with Maintenance and Support for a
Five-Year Period with such directions as the Court deems.
5.
Costs.
6.
Further and / or alternative relief.”
[3]
The application is brought in terms of the Promotion of
Administrative Justice Act 3 of 2000 (“PAJA”)
The
different grounds of review are based on various provisions of that
act.
[4]
Only the first respondent, (“SITA”) is opposing the
application and has filed an answering affidavit
as well as heads of
argument. Second respondent does not oppose the application, but has
however, filed a Notice to Abide, as well
as an explanatory
affidavit. Third and fourth respondents did not participate in the
proceedings. For the sake of convenience,
I will refer to the parties
by their respective names, and to the second respondent as the GDoH
or simply, the department.
BACKGROUND
[5]
The Gauteng Department of Health (“the GDoH”) comprises
of a number of hospitals as well as Health Care
centres and clinics.
These include nine hospitals, six specialised hospitals, three
tertiary hospitals and four central hospitals.
Over and above these,
the department has under its control about three hundred and
seventy-two primary health care facilities,
which include
thirty-three community health care centres.
[6]
During
May 2020
, the GDoH sought to and approved a
business case for it to acquire services involving provision of fully
managed enterprise Picture
Archiving and Communication System (“the
PAC System”) with maintenance and support for a period of five
(5) years (“the
bid”). The PAC System sought was to be
utilised by all the health facilities mentioned above, to render
radiology services
to needy patients. The budget for the bid was
approximately R200 Million.
[7]
It is common cause that the Department then approached SITA, to
facilitate the procurement process. During
June 2020
, SITA was
duly notified by the Department to open the bids. It did so and
opened the RFB on
3 July 2020
. The initial closing date for
these bids was
24 July 2020
. During the period between
13
July 2020
to
17 July 2020
, prospective bidders excluding
Philips requested that the closing date be extended. For this reason,
Ms Emma Mmatli (“Ms
Mmatli”) SITA’s Senior
Procurement Officer forwarded a request to Sita’s Executive
Officer: Supply Chain Management
for the closing date of the bids to
be extended to
31 July 2020
. This request was approved. As at
that date, a total of thirteen bids had been submitted. These include
the bids of both Philips
and Siemens Health.
[8]
Following the closing date, the initial tender evaluation process
commenced on
12 August 2020
and was finalised on
27 August
2020
. This initial technical process entailed firstly the
administrative pre-qualification verification stage and secondly, the
technical
mandatory requirements. During the period between
19
August 2020
and
27 August 2020
the officials conducted the
price and B-BBEE evaluations.
[9]
On
23 October 2020
Ms. Mmatli addressed a letter to Siemens
Health seeking further information or clarification in relation to
their bid. This was
done in terms of paragraph 17.7.2(h) of SITA’s
SCM policy, read with paragraph 6.4 of the conditions of the bid. The
clarification
sought from Siemens Health relate to firstly, the date
on which the partnership with the OSM was established; and secondly
confirmation
as to whether or not Siemens Health complied with MIOS
requirements. Siemens Health responded by way of a letter dated
26
October 2020.
Clarifications were also sought from other bidders.
Similarly, on
21 January 2021
, SITA’s Head of
Department: SCM addressed a letter to Philips seeking clarification
on their bid. The clarification
sought from Philips relates to
subcontracting, which it reflected in its bid document as 14% instead
of the mandatory 30% as provided
for in paragraph 6.3 of the bid
conditions which Philips had accepted. Philips responded to this
request for clarification by way
of a letter dated
22 January
2021
.
[10]
On
27 October 2020
SITA’s Head of Department; Strategic
Research addressed a letter to all participating bidders at the time,
seeking from them
consent that the bid validity period be extended
from
29 November 2020
to
28 January 2021
. It is also
common cause that further and other extensions were sought. All in
all, a total of about seven such extensions were
sought.
[11] Prior to
the BEC submitting its recommendations to the Executive Bid
Adjudication Committee (“the
EBAC”), SITA appointed an
external service provider namely Pinakle P Consulting (“Pinakle”)
specifically to conduct
an integrity review of the procurement
process. Following this appointment, Pinakle in its report, raised
certain integrity and
compliance issues pertaining to the procurement
process. In response, the Supply Chain Management Committee (“the
SCM)”
referred the matter back to the BEC for reconsideration.
The BEC reconsideration started on
21 January 2021
and was
concluded on
27 January 2021
. Their Revised Technical
Evaluation Report was approved on
1 February 2021.
Siemens
Health’s bid was the only bid that they found to have complied
with the mandatory requirements.
[12]
On
13 February2021
, the EBAC took a resolution to recommend to
the SITA Board that the tender be awarded to Siemens Health at an
amount of R248 324 885-85.
I may just add that in the
meantime, the Department had approved an additional budget of
R48 324 885-85. During its Board
meeting SITA resolved to
approve the recommendation to the accounting officer that the tender
be awarded to Siemens Health at a
cost of R248 324 885-85.
This award was subject to the condition that SITA’s SCM further
negotiate a price reduction
with Siemens Health. During the period
between
11 February 2021
and
22 February 2021
, SITA and
Siemens Health got engaged in negotiating the price of R248 324
885-85 initially set out it its bid. In their letter
dated
February
2021
, Siemens Health proposed a revised price of R223 712 829-05.
In response, and following further negotiations, Siemens Health was
requested to once again review and revisit the amount proposed. On
22
February 2021
Siemens Health came up with a further revised price
of R198 655 759-13.
[13]
On
8 March 2021
SITA’s Executive: SCM addressed a letter
to the Accounting Officer of the Department, recommending that the
tender be awarded
to Siemens Health at a price of R198 655 759-13
(including VAT) Various supporting documents were attached to the
letter, for the
attention of the Department. Once the recommendation
was accepted by the Department SITA had to be informed in writing and
would
then attend to the publication of the award.
[14]
The recommendation was accepted by the Department. On
19 August
2021
, the Accounting Officer, at that time, addressed a Letter of
Award to Siemens Health. This was accepted by Siemens Health on
31
August 2021
. On the same day, following the acceptance, SITA
approved the Notification of the Award, and thereafter had it
published.
ISSUES
[15]
There are three (3) main issues for determination by this court. The
first issue is whether or not
any one or more acts or steps taken by
the Department and or SITA during the procurement processes referred
to and complained of
by Philips constitute reviewable irregularities
in terms of PAJA. Secondly, if so whether the decision of the
Department
to appoint Siemens Health as a preferred bidder ought to
be reviewed and set aside. Thirdly, in that event, what would be a
just
and equitable remedy or order to be made, under those
circumstances.
GROUNDS
OF REVIEW
[16]
The grounds of review are based on various provisions of PAJA.
Philips contentions are by way
of summary to the following
effect:
(a) Section 6 (2) (c) of PAJA
Procedural unfairness in that SITA
gave and affored an opportunity to Siemens Health to augment or amend
its bid, with the result
that its bid was no longer non-compliant,
yet such an opportunity was not afforded to other bidders.
(b) Section 6 (2) (e) (iv) and of PAJA
Dereliction of roles and
responsibilities in that SITA failed to take its own independent
decision, but merely accepted and rubber-stamped
a decision taken by
a third party, namely Pinakle.
(c)Section 6 (2) b and (i) of PAJA
Unlawful extensions of the bid
validity period in that SITA asked some bidders, but not all of them
to extent the bid validity period.
Again, the award of the tender was
done long after the bid validity period of 120 days had already
expired.
(d) Section 6 (2) (b) and (d) of PAJA
Improper conduct by SITA in that it
failed to ensure a lawful process with the result that the tender was
awarded to the most expensive
bidder.
PARTIES’
SUBMISSIONS
.
Applicant
Procedural
unfairness:
[17]
In his submissions, Counsel for Philips Mr Govender raised
firstly, the issue of
procedural fairness
. He submitted that
the process followed by SITA was procedurally unfair in that Siemens
Health was given an unfair opportunity
to argument its bid. More
specifically, this unfair opportunity relates to a letter dated 23
October 2020 addressed to Siemens
Health seeking from it to explain
or clarify information relating to the date on which its partnership
with OSM was established
and also whether or not it complied with
MIOS requirements. He contended that as at the close of the tender on
31 August 2020
, the bid submitted by Siemens Health did not
include a date on which partnership with the Original Software
Manufacturer (“the
OSM”) was concluded. Again, the bid
did not comply with Government Minimum Interoperability Standards
(“the MIOS”).
The evaluation process that was carried out
by the BEC, established by SITA and comprising of officials from the
GDoH, was divided
into two phases namely, the pre-qualification and
the technical mandatory Phase. In the pre-qualification phase the BEC
found that
all bidders, accepted the special conditions of the bid.
He submitted that this finding is incorrect in that Siemens Health
did
not confirm compliance with MIOS.
[18]
Regarding the technical requirements, the BEC concluded that
three bidders had complied. These
are Siemens Health, Philips and
Kunene. In respect of Kunene the BEC found that it did not indicate
any sub-contracting. Again,
there was no affidavit filed confirming
that its system adheres to the National Health Mirative Standards
Framework for Interoperability
in Health. Same goes for evaluation in
respect of the B-BBEE. According to Philips, there was for this
reason, a recommendation
by the Head of the Department: Supply Chain
Management dated
25 September 2020
for the award of the tender
to Philips.
[19]
However, before such a recommendation could be made, SITA engaged
Pinakle to conduct the integrity
of the entire procurement process.
In its report Pinakle found that the pre-screening report in terms of
which a finding was made
that all bidders have complied with the
mandatory screening requirements was incorrect in that two (2)
entities, namely Batho Phahameng
Trading CC as well as Abaphumeleli
Trading 1193 had not done so. It again found that three (3) further
bidders namely Neo Solutions
(Pty) Ltd,
Ulwembu
La Se Kasi
Holdings (Pty) Ltd and Batho Phahameng Trading CC should not have
been considered for further evaluation, as they had
not accepted the
RFB special conditions. Pinakle also found, contrary to the BEC’s
that Kunene and Philips had not complied
with mandatory requirements
with the results that only Siemens Health did.
[20]
He submitted that this subsequent finding by Pinakle is wrong in
that, Pinakle asked SITA to require
from Siemens Health, clarity on
“
Date partnership was established with OSM. The bidder did
not indicate whether they comply or not with MIOS requirements as
stated
under the special conditions of the contract”.
On
this basis, so goes the argument, Siemens Health should have been
disqualified because its bid did not meet the technical requirements
of the bid. However, instead Siemens Health was afforded a further
opportunity to correct its bid to make it fully compliant. This
opportunity was not afforded or extended to any other bidder.
[21]
He referred in this regard to the case of
Metro Projects CC and
Another v Klerkdrop Municipality and Others
2004 (1) SA 16
(SCA)
and specifically paragraph 14 thereof, where the following was said:
“
[14]
Was
the tender process followed in the present case fair? A high-ranking
municipal official purported to give the ninth respondent
an
opportunity of augmenting its tender so that its offer might have a
better chance of acceptance by the decision-making body.
The
augmented offer was at first concealed from and then represented to
the mayoral committee as having been the tender offer.
It was
accepted on that basis. The deception stripped the tender process of
an essential element of fairness: the equal evaluation
of tenders.
Where subterfuge and deceit subvert the essence of a tender process,
participation in it is prejudicial to every one
of the competing
tenderers whether it stood a chance of winning the tender or not.
”
[22]
SITA’s dereliction of its roles and responsibilities
: He
submitted that taking into account the role played by Pinakle as set
out above, SITA has failed to exercise and take its own
independent
decision. On the contrary, it merely and simply rubber stamped the
decision of Pinakle. In this way therefore the decision
to award and
or rather recommend the award of the tender to Siemens Health was
taken by Pinakle and not SITA.
[23]
Bid validity extensions
: He contended that there was a total
seven extensions. This is common cause. The bid was valid for 120
days calculated from the
day the tender closed on
31 August 2020
.
As a result, the bid validity period ended on
28 November 2020
.
As at that date there was a total of thirteen bidders. While the
terms of the bid made provision for extensions, each such an
extension could only take effect after all bidders have given their
written consent. In this instance, so goes the argument some
but not
all bidders did agree or consent to all such extensions. As I
understand him it was a requirement that SITA obtain the
consent of
all thirteen initial bidders on each and every occasion when an
extension was sought. In this case, SITA did not obtain
the consent
of each such bidder on each occasion it sought an extension. In the
second place, the tender was awarded outside the
validity period of
120 days,
[24]
He referred to the case of
Telkom SA Limited v Merid Trading
(Pty) Ltd 2011 JRD 0004 (GNP)
where the following was said:
“
As soon as the validity
period of the proposals had expired without the applicant awarding a
tender, the tender process was complete
– albeit unsuccessfully
– and the applicant was no longer free to negotiate with the
respondents as if they were simply
attempting to enter into a
contract. The process was no longer transparent, equitable or
competitive. All the tenderers were entitled
to expect the applicant
to apply its own procedure and either award or not award a tender
within the validity period of the proposals.
If it failed to award a
tender within the validity period of the proposals it received, it
had to offer all interested parties
a further opportunity to tender.
Negotiations with some tenderers to extend the period of validity
lacked transparency and was
not equitable or competitive. In my view
the first and fifth respondent’s reliance only on rules of
contract is misplaced.”
[25]
SITA’s Improper Conduct and its failure to ensure a lawful
process
: He submitted further that, in respect of pricing the
same thing happened. On
11 February 2021
, when all other
bidders had been excluded from the tender process, SITA addressed a
letter to Siemens Health. The letter sought
to inform Siemens Health
that a bench marking exercise showed that service providers of
similar services, do so at 20% below the
pricing. The parties
thereafter entered into a process of negotiating the price post the
award of the tender. This, he submitted,
was unfair because Siemens
Health was treated favourably in that it was allowed to revise its
price. More specifically Siemens
Health was allowed two opportunities
to revise its pricing, firstly down from R248 324 885-85 to
R223 712 829-05 and
later, further down to R198 655 759-13.
[26]
He submitted that under the circumstances there was improper
conduct and SITA has failed to ensure
that the tender process was
lawful. That being the case, the tender should be declared unlawful
and be reviewed and set aside.
Having done so, a just and
equitable remedy is that SITA be directed to start the entire
procurement process afresh.
FIRST
RESPONDENT’S SUBMISSIONS
[27]
As regards the
first ground
of the review namely
procedural
fairness
, Mr Bhana SC submitted that applicant’s contention
that SITA’s decision is in terms of section 6 (2) (b) of PAJA
not
procedurally fair is without merit. This relates to Pinakle’s
report to the effect that “
a clarification should be
obtained on date the partnership was established with CSM before they
can fully meet the technical mandatory
requirements.”
[28]
He submitted that in this regard applicant’s reliance on Metro
Project (Supra) is misplaced,
because that case is distinguishable.
On the facts of Metro Projects, a bidder was permitted by a municipal
official to augment
its bid or tender offer in a manner that was
deceptive, and which deception was thereafter concealed. This was the
factual finding
of the SCA. The deception was done with the purpose
of ensuring that the bid in question appears more favourable, much to
the prejudice
of all other bidders.
[29]
He further referred specifically to paragraph 17.7.2 of the SCM
Policy as well as paragraph 6.4 of
the conditions of bid section of
the RFB, both of which permit and allow the seeking of additional
information and or clarification
from a bidder in writing. On this
basis therefore, the seeking of clarification was fully permissible
and therefore justified.
[30]
He also referred to SITA’s answering affidavit and pointed out
that even in respect of Philips,
a similar clarification was sought.
This clarification concerned a contradiction that appeared in its
bid, concerning the percentage
of sub-contracting. Over and above
that, clarifications were also sought from other bidders such as Axim
in the course of the procurement
process. Each such written request
for clarification as well as written responses from respective
bidders have all been recorded
by Pinakle in their report. All of
these therefore, constitute sufficient evidence to dispel any
assertion that Siemens Health
was treated more favourable than other
bidders.
[31]
SITA’s dereliction of its duties:
He submitted that the
decision to appoint Siemens Health was taken by the Department and
not SITA and or Pinakle as contended by
Philips. For this reason, the
argument that the decision is reviewable under section 6 (2) (e) (iv)
of PAJA is without merit. Similarly,
the recommendation to the
Department to appoint Siemens Health was made by SITA and not
Pinakle.
[32]
He referred to Paragraph 13.9 (a) of the SCM Policy and points out
that this regulation makes provision
for and authorises SITA to
appoint an external advisor and or consultant to provide professional
advice. He also referred to paragraph
13 (1) (b) which provides for
the establishment of a Recommendation Committee whose
responsibilities include the verification of
compliance with all
procurement processes and also in a general sense, the integrity of
the entire procurement process. Equally
so, paragraph 13.7 (b)
provides for an audit process integrity review for bids over R100
Million. In short therefore, Paragraph
13.7 of the SCM Policy,
provides for and allows appointment of external service providers and
or consultants to assist SITA in
the discharge of their role and
duties pertaining to procurement processes. SITA did not, therefore
simply follow or rubber stamp,
the findings of Pinakle. In this
regard, he went on to point out the respects in which SITA made
amendments and or disagreed with
or deviated from Pinakle’s
report.
[33]
Extensions of the bid validity period:
He denied
Applicant’s assertion that the award was unlawful and or that
the tender was awarded in contravention of section
6 (2) (1) of PAJA.
More specifically, he submitted that it is not correct that firstly,
the award was made
notwithstanding
the fact that not all
bidders had communicated their approval of the extension of the bid
validity period. In the second place,
that the tender was awarded
after the bid validity period had expired.
[34]
He argued and referred to paragraph 17.7.2 of the SCM Policy which
specifically makes provision for
extensions of the bid validity
period. In the second place he referred to the Bid Specifications
which provide among others to
the following effect:
“
(f) The validity period of a
bid should allow a minimum of 120 days from the closing date of the
bid. Validity extension periods
must be requested for and agreed to
in writing/ electronic by all bidders;”
(g) A fair and transparent process
shall be followed for the closing, receiving, opening and process of
bids;”
[35]
The initial closing date set out in the RFB, that is after 120 days
from the closing date was
24 July 2020
. This was subsequently
extended to
31 July 2020
with the result that the expiry date
would have fallen on
29 November 2020.
However, SITA was still
not in a position to finalise the process by that date. It therefore
sought to extend the period further.
It was entitled to do so, so
goes the submission.
[36]
The bid validity period was extended approximately seven (7) times
during the period between
29 November 2020
and
31 August
2021
. He submitted that on each occasion, SITA requested the
extension before the expiry period. At the time when the initial
period
of 120 days expired, being on
29 November 2020,
there
were only four (4) bids that had not finally been disqualified,
namely Siemens Health, Philips, Kunene and Axim. All four
(4) bidders
consented and agreed in writing to the extension of their bid's
validity period. He submitted that
C
lause 17.7.2 of the SMC
Policy which provides that “
validity extension periods
must be requested from and agreed to in writing electronic by all
bidders
”,
must be interpreted sensibly to mean
and refer to all those bidders whose bids remain responsive, to the
exclusion of all those
who have finally been disqualified. It would
be ridiculous and serve no purpose to expect a bidder who has already
been disqualified
and out of the race, to extend its non-responsive
bid.
[37]
He referred to various authorities with regard to the correct
approach to be adopted in the interpretation
of the clause and
relevant case law on the issue of extension of bids. Philips has not
been prejudiced by the extensions. The principles
of fairness and
transparency, therefore, were not breached by SITA in not obtaining
consent for extension from bidders who were
at that stage, already
disqualified and out of the race.
[38]
SITA’s conduct and its obligation to ensure a lawful
process:
he submitted that the negotiations between SITA and
Siemens Health around pricing post the award of the tender were in
terms of
SCM policy permissible and therefore justified. He denied
the assertion that this in itself gave Siemens Health an unfair
advantage
to augment or amend its pricing post the award.
[39]
Regarding supplementary grounds of review, relating to section 6 (2)
(b) and 6 (d) of PAJA, he submitted
that there is also, no merit in
the contentions and allegations by the applicants. SITA complied with
all its obligations in terms
of the Act. Regulations as well as the
SCM Policy. SITA’s recommendation to the Accounting Officer of
the Department was
supported by documents which explained each step
of the entire procurement process. Over and above that, designated
officials of
the Department were throughout responsible for the
evaluation of the bid.
[40]
Finally, he submitted that the applicant has failed to prove that the
award has to be reviewed on any
of the grounds and therefore that the
application stands to be dismissed with costs
THE
LEGAL POSITION AND ANALYSIS
[41]
As a starting point, I find it necessary to first deal with the
statutory relationship between SITA
on the one hand and the various
government departments, such as the GDoH on the other. SITA has been
established in terms of the
State Information Technology Agency Act
20 of 2002 (“the Act”). The Preamble to the Act provides
as follows:
“
To establish a company
responsible for the provision of information technology services to
the public administration and to provide
for matters connected
therewith.”
[42] Section 6
(a) thereof provide specifically and set out its objects as follows:
“
The objects of the Agency
are -
(a)
to
improve service delivery to the public through the
provision of information technology, information system
and related services in a maintained information system security
environment
to departments and public bodies
;”
[43]
The exact powers and duties of SITA in relation to government
departments such as the GDoH are set
out in section 7 of the Act.
Section 7 (3) thereof provides:
“
Despite any other law to the
contrary,
every department
must,
subject to subsection (4),
procure
all
information technology goods and services
through
the Agency.”
[44]
In terms of section 7 (4) of the Act, depending on whether the
service required has been set out in
section 7 (1) (b) of the Act, a
department must either acquire such a service from SITA
in
which event a service level agreement is to be concluded in terms of
section 20 of the Act,
OR procure the service
through
SITA. The section provides:
“
(4) A department that wishes
to acquire a service contemplated in-
(a)
Subsection
(1) (a),
must-
(i)
Acquire that service
from the Agency in
accordance with business and service level agreements concluded in
terms of section 20;
Or
(ii)
procure that service through
the Agency in terms
of subsection (3) if the Agency indicates in writing that it is
unable to provide the services itself;
[45]
In
SAAB Grintek Defence (Pty) Ltd v South African Police
Service and Others
[2016] 3 ALL SA 669
(SCA)
the SCA
confirmed the role of SITA in the procurement of IT services and or
goods by government departments as follows:
“
SITA’s role is that of
an expert agency facilitating the acquisition of technology services
by government departments, but
it does not decide whether to acquire
the technology, nor does it decide not to proceed with a tender
process. That is the function
of the relevant department.”
[46]
The applicant’s grounds of review are based on various
provisions of PAJA. The preamble to PAJA
reads:
“
WHEREAS
section 33 (1) and (2) of the Constitution provides that everyone has
the right to administrative action that is lawful,
reasonable and
procedurally fair and that everyone whose rights have been adversely
affected by administrative action has the right
to be given written
reasons;
AND WHEREAS section 33 (3) of the
Constitution requires national legislation to be enacted to give
effect to those rights, and to-
·
Provide for the review of administrative action by a court or,
where appropriate, an independent and impartial tribunal;
AND
WHEREAS item 23 of Schedule 6 to the Constitution provides that the
national legislation envisaged in section 33 (3) must be
enacted
within three years of the date on which the Constitution took effect;
and
AND
IN ORDER TO-
·
Promote an efficient administration and good governance; and
·
Create a culture of accountability, openness and transparency in
the public administration or in the exercise of a public power or
the
performance of a public function, by giving effect to the right to
just administrative action.”
PROCEDURAL
FAIRNESS
[47]
The first ground of review is that of procedural unfairness.
Applicant's contention is that the decision
to award the tender was
not procedurally fair and therefore reviewable in terms of section 6
(2) (c) of PAJA. The section provides:
“
A court or tribunal has the
power to judicially review an administrative action if … the
action was procedurally unfair.”
[48]
Philips contention in this regard is to the following effect:
“
By providing Siemens
an opportunity to meet the technical mandates of the RFB but not
providing the other bidders an opportunity
to do so the same, SITA
afforded certain procedural benefits to one party but denied them to
others. This destroys the fairness
of the entire process. Bidders
were not competing on an equal footing and Siemens was advantaged
over all other bidders.”
[49]
The real and important issue here in whether on the totality of the
evidence and circumstances surrounding
the procurement process, a
conclusion can be drawn that Siemens Health was afforded an
opportunity to argument its bid and or make
it compliant by providing
new information under circumstances where such information it
initially did not provide. Put differently,
did the information
sought amount to mere clarification of the information already
provided and if so, whether such a step or procedure
i.e the seeking
of clarification was under the circumstances, permissible.
[50]
The information sought in this regard is contained in Pinakle’s
report and is to the effect that:
“
...a clarification should be
obtained on date the partnership was established with OSM…”
And
“
[Siemens Health] did not
indicate whether they comply or not with MIOS requirements stated
under the special condition of the contract,
clarification should
also be obtained in this regard.”
[51]
In answering and considering the issue, regard must be had to the SCM
policies, the general terms and
conditions of the bid as well as case
law. As regards the SCM policy, paragraph 17.7.2 thereof provides as
far as necessary that:
“
The SCM division through the
assigned procurement officials after consultation with the BEC
may
request additional information for clarification
from the
bidders for the bid process provided all bidders are given equal
treatment and opportunity.”
[52]
The paragraph above is to be read together with paragraph 6.4 of the
conditions of the RFB, which provides
as follows:
“
SITA SCM
may
request written clarification
regarding any aspect of this
proposal. The bidders must supply the requested information in
writing within the specified time frames
after the request has been
made, otherwise the proposal shall be disqualified.”
[53]
As I have pointed out, counsel for the applicant referred me to and
heavily relied on the case of
Metro Projects (Supra)
,
more specifically paragraph 14 thereof. It is, however, important to
bear in mind that in that case, the SCA found that on the
facts,
there was deception and dishonesty. More specifically, there was
deliberate manipulation by an official of the municipality,
done with
the sole intention of giving an opportunity to a specific tenderer,
to argument its bid so as to improve its chance of
acceptance.
Regarding the deception on the facts, the SCA specifically said the
following:
“
[14] Was the tender process
followed in the present case fair
? A high-ranking municipal
official purported to give the ninth respondent an opportunity of
augmenting its tender so that its offer
might have a better chance of
acceptance by the decision-making body
. The augmented
offer was at first concealed from and then represented to the mayoral
committee as having been the tender offer.
It was accepted on that
basis. The deception stripped the tender process of an essential
element of fairness: the equal evaluation
of tenders: Where
subterfuge and deceit subvert the essence of a tender process,
participation in it is prejudicial to every one
of the competing
tenderers whether it stood a chance of winning the tender or not.”
[54]
I am satisfied that in this case, there is no evidence of deception
or misrepresentation or any act
or conduct on the part of SITA, which
can be interpreted to have the effect of favouritism or any
misrepresentation and or malicious
intention to benefit Siemens
Health, to the prejudice of other bidders. As I have pointed out,
both the SCM Policy, that is paragraph
17.7.2 (h) thereof as well as
paragraph 6.4 of the conditions of the RFB make provision for and
allows SITA to seek clarification
in the manner it did. In short
therefore the clarification sought was permissible. It is also
important to point out that the SCA
in
Metro Projects
(Supra)
went further to re-affirm the legal position that particularly in
complex tenders, it is permissible to seek and obtain
clarification
whenever it becomes necessary to do so.
In
this regard, the SCA put the legal position as follows:
“
[13] In the Logbro
Properties case, para [8] and [9] at 466H – 467C, Cameron JA
referred to the ‘
ever-flexible duty to act fairly’
that rested on a provincial tender committee.
Fairness must
be decided on the circumstances of each case
.
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 tender 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 attribute
of transparency,
competitiveness and cost-effectiveness.”
[55]
The clarification sought was not intended to nor did have the effect
of giving Siemens Health an opportunity
to argument its bid. It was a
requirement that “the bidder must be OSM or a registered OSM
partner to provide the PACS System.”
The clarification sought
was actual explanation of this requirement or information which
Siemens Health had already provided. The
proof required amounted to
particularity with regard to compliance, such as bidders'
registration proof and or registered OSM partner
and or date of such
registration or formation of such partnership. In other words, what
was required was clarification of the information
already provided in
the tender document or bid. What was sought, was not new information
at all.
[56]
It follows therefore that SITA did not allow Siemens Health an
opportunity to comply, under circumstances
where at the time the
clarification was sought it did not. More specifically SITA did not
give it an opportunity that is to become
an OSM and or registered OSM
partner after the submission or close of the bid. In any event, it
appears to be common cause that
Siemens Health became a registered
OSM partner on 26 September 2016 which is a period long before it
submitted its bid and therefore
also long before the clarification
was sought by SITA. Same goes for clarification sought in respect of
Minimum Interoperability
Standards (“MIOS”). Paragraph
6.2. (14) (d) therefore required that the bidder, for the duration of
the contract period
shall ensure that the product conforms with MIOS
standards and requirements. These were set out in a form of a table
and the bidder
had to merely indicate in the adjacent or
corresponding column whether “
comply or do not comply
”.
[57]
Again paragraph 6.3 of the Bid specifications required that a bidder
indicates its acceptance of all
the special conditions by indicating
“
accept all” or “do not accept all”.
A
clarification was sought in this regard, because Siemens Health
accepted all of the special conditions of contract, but on the
other
it did not confirm under MIOS requirement that it did comply or not.
There is no evidence that in so doing Siemens Health
was given an
opportunity to comply under circumstance, where it did not, initially
comply.
[58]
In
RMR Commodity Enterprise CC t/a Krass Blankets v Chairman of
the Bid Adjudication Committee & Others;
[2009] 3 ALL SA 41
(SCA)
where the following was said:
“
[11] RMR's further ground of
review relies on the allegation that the Adjudication Committee
should not have considered the tender
by Africhoice, because it did
not comply with the tender conditions. But, as was pointed out in
Metro Projects CC v Klerksdorp
Local Municipality
2004 (1) SA 16
(SCA) para 15, there are degrees of compliance with any standard and
it is notoriously difficult to assess whether less than perfect
compliance falls on one side or the other of the validity divide.
Whether or not there can in any particular case be said to have
been
compliance with the specifications and conditions of a tender, must
necessarily depend on the facts of that case.”
[59]
I am satisfied that on this ground the clarification sought was
perfectly permissible and that Siemens
Health was not given an
opportunity to argument its bid. Therefore, such clarification as I
have pointed out is permissible and
did not provide an opportunity to
Siemens Health to argument its bid. On evidence, it appears also to
be common cause that in the
case of Philips also, a clarification was
sought regarding an apparent contradiction in its bid, regarding its
ability or otherwise
to meet the mandatory subcontracting requirement
of 30%. In its bid, Philips had set out its subcontracting ability at
14% which
is well below the mandatory 30%. Philips was therefore
given an opportunity and required to clarify this apparent
contradiction.
This therefore dispels any suggestion of favouritism
or different treatment of other bidders.
THE
LAWFULNESS OR OTHERWISE OF THE TENDER PROCESS:
[60]
Philips contend that SITA failed to ensure that the tender process
was lawful in that it allowed Siemens
Health an unfair opportunity to
reconsider its pricing, post the award of the tender to the prejudice
of other bidders. The award
is therefore reviewable in terms of in
terms of sections 6 (2) (b) and (d) of PAJA which reads:
“
A
court or tribunal has the power to judicially review an
administrative action if..
(b)A
mandatory and material procedure or condition prescribed by an
empowering provision was not complied with;..
(d)The
action was materially influenced by an error of law”.
[61]
Philips contend that after the tender was awarded to Siemens Health,
it was given an unfair opportunity
to reconsider its pricing. It is
common cause that initially, the tender had a monetary budget of
approximately R200 million. At
a later stage an additional budget of
R48 324 885-85 was approved, bringing the total value of
the tender or budget thereof
to R248 324 885-85. This was
the amount that Siemens Health had initially set out in its bid. On 2
February 2021 and
in their written submissions to EBAC, members of
the SCM at SITA recommended that the tender be awarded to the Siemens
Health at
a cost of R248 324 885-85. This was however
subject to the condition that SITA will negotiate reduction of the
price
with Siemens Health.
[62]
I have been referred and had regard to SITA’s SCM Policy,
particularly paragraph 18 thereof.
This paragraph deals with and
makes provision for SITA to enter into negotiations with bidders
either before or after the award of the tender
. The paragraph
provides specifically as follows:
(a)
“
Negotiations
with bidders
shall be permitted prior to award
and post award
..
(b)
Negotiations
sessions shall be held with the duly identified shortlisted bidders
after the conducting of the evaluation process.
[63]
On this basis therefore, it is my finding that negotiations around
pricing between SITA and Siemens
Health post the award of the tender
were fully permissible and therefore under these circumstances,
justified. That being the case,
such negotiations cannot amount to
reviewable irregularities in terms of PAJA.
DICTATION
BY PINAKLE
[64]
Section 6 (2) (e) (iv) of PAJA provides as follows:
“
A court or tribunal has the
power to judicially review an administrative action if... the action
was taken... because of the unauthorised
or unwarranted dictates of
another person or body.”
[65]
Contention by Philips in this regard, is that initially SITA had
found that three (3), bidders namely
Siemens Health, Philips and
Kunene had complied with the technical requirements of the RFB.
However, it later did an about-turn
following Pinakle’s
findings and report to the contrary. In this way SITA failed to
exercise or take its own decision but
simply adopted and rubber
stamped that of Pinakle.
[66]
It is important to point out in the first place that Regulation 13
(1) (b) makes provision for establishment
of a Recommendation
Committee and also, sets out the roles and responsibilities of such a
committee as follows:
“
(b
) a
Recommendation
Committee
to-
I.
Verify compliance of the procurement process with all
applicable legislation and generally the integrity of that process;
II.
If the
process is verified as not compliant or its
integrity was compromised, refer the recommendation back to the Bid
Evaluation Committee
with
reasons;
III.
Identify any risks additional (if any) to those identified in
the risk report of the BEC and provide its own rating for all the
risks (herein referred to as the risk report to the RC); and
IV.
If the
process has been verified as compliant and
for its integrity, submit the recommendation of the Bid Evaluation
Committee and the
risk reports of the BEC and RC to the relevant
accounting authority of the designated department
or
public body;”
[67]
Secondly, the SCM Policy makes provision for an audit process
integrity review by an external service
provider for bids of more
than R100 Million. In this regard paragraph 13.7 thereof provides:
“
Bids
above
R100 million
(VAT incl.) for awards and
agency
recommendations
, at the discretion of the Executive
Internal Audit,
may be subjected to an audit process
integrity review by an external service provider appointed by
Internal Audit before being submitted
to the adjudication authority.”
[68]
Thirdly SITA’s SCM Policy provides for and permits that
services of external advisors or consultants
may be sought to provide
professional advice. Paragraph 13.9 (a) thereof provides as follows:
“
Specialist
advisors or consultants may assist in the execution of the SMC
functio
n. However, no external advisor or consultant may
participate in the final decision-making process regarding the
adjudication of
bids,
except giving such professional
advice which may assist SITA to make a just and reasonable decision.”
[69]
As I have pointed out, prior to the technical evaluation process,
SITA sought clarification from Philips,
Siemens Health and Axim. This
SITA did despite the fact that Pinakle had already found that Philips
has failed to meet or satisfy
the subcontracting requirements, and
therefore should not have been considered any further. In its bid,
Philips proposed subcontracting
was set at 14% of the contract value
instead of the minimum and or mandatory 30%. Philips was given an
opportunity to clarify this.
This therefore again dispels any
suggestion of mere rubber stamping by SITA.
[70]
It is also important to emphasise the fact that in its report Pinakle
sets out the chronology and processes
it followed during the various
stages of the evaluation process. It also gave reasons for its
ultimate findings and conclusions,
based on evidence at its disposal.
In other words, therefore, SITA was provided with all the facts,
written evidence and indeed
reasons on which Pinakle’s findings
were based. All of these were made available to the BEC and
accompanied the report. This
therefore serves as evidence that the
decision taken by SITA was based on evidentiary material provided, as
well as supporting
documents on which the recommendations were based.
[71]
SITA was fully entitled and indeed authorised to appoint external
service providers and or consultants
to assist it in its
responsibilities and role it plays in procurement processes and most
importantly, to ensure the integrity of
its processes. Taking into
account all of the above, I cannot find that in this regard SITA
merely rubber stamped the decision
of Pinakle and therefore abdicated
its duties. There is no evidence to support this contention.
EXTENSIONS
OF THE BID VALIDITY PERIOD
[72]
Section 6 (2) (b) and (i) of PAJA provides as follows:
“
A court or tribunal has the
power to judicially review an administrative action if
(b)
A mandatory
and material procedure or condition prescribed by an empowering
provision was not complied with;…
(i)
The action is otherwise unconstitutional or unlawful.”
[73]
Applicant’s contention on this ground in that firstly, the Bid
was awarded despite the fact that
not all bidders had agreed to and
or in writing communicated their approval of or consent to the
extension of the bid validity
periods. Secondly, the bid was awarded
after the validity period has expired. In other words, the bid was
awarded outside the 120
days period, calculated from the day the
tender was closed.
[74]
As a starting point it is important to point out that SITA’s
SMC Policy specifically makes provision
for the extension of the bid
validity period. In this regard, paragraph 17.7.2 thereof provides as
follows:
“
(f) The validity period of a
bid should allow a minimum of 120 days from the closing date of the
bid.
Validity extension periods must be requested for and
agreed to in writing/ electronic by all bidders
.”
(g) A fair and transparent process
shall be followed for the closing, receiving, opening and processing
of bids;
[75]
Similarly, the Bid specifications in paragraphs 6.2.1 and 6.2.2
empowers SITA, at its discretion to
extent the bid validity period if
the RFB is not completed within the stipulated period. In this
regard, the clause provides as
follows:
(i)
“
Clause 6.2.1
: “SITA has the
discretion to extend the validity period should the evaluation of
this RFB not be completed within the stipulated
validity period; and
(ii)
Clause
6.2.2
“
Upon receipt of the request to extend the
validity of the period of the RFB
the bidder must respond
within the required time frames and in writing on whether or not it
agrees to hold its original RFB response
valid under
the
same terms and conditions for a further period.”
[76]
It is common cause that in this case a total of seven
extensions of the bid validity period were
made and are as follows:
76.1. 29 November 2020 to 28
January 2021;
76.2. 28 January 2021 to
28 February 2021;
76.3. 28 February 2021 to 31
March 2021;
76.4. 31 March 2021 to 30 April
2021;
76.5. 30 April 2021 to 31 May
2021;
76.6. 31 May 2021 to 31 July
2021; and
76.7. 31 July 2021 to 31 August
2021.
[77]
The main issue here is the correct interpretation to be adopted in
interpreting paragraph 17.7.2 of
the SCM Policy which provides that
“…
Validity extension periods must be requested from
and agreed to in writing electronic by all bidders”
. In
other words, whether the words “... by all bidders...” in
relation to extensions, mean all bidders in a literal
sense, or
simply refer specifically or exclusively to participating bidders
only i.e., only those participating bidders who at
the stage the
extension is sought, have not been disqualified and or are not out of
the race.
[78]
In his argument, counsel for the applicant referred to the case of
Telkom SA Limited v Merid Trading (Pty) Ltd & Others [2011]
ZAGPPHC 1
where the following was said:
“
The question to be decided
is whether the procedure followed by the applicant and the six
respondents after
12 April 2008
(when the
validity period of the proposals had expired) was in compliance with
section 217 of the Constitution. In my view it was
not. As soon as
the validity period of the proposals had expired without the
applicant awarding a tender the tender process was
complete –
albeit unsuccessfully – and the applicant was no longer free to
negotiate with the respondents as if they
were simply attempting to
enter into a contract. The process was no longer transparent,
equitable or competitive. All the tenderers
were entitled to expect
the applicant to apply its own procedure and either award or not
award a tender within the validity period
of the proposals. If it
failed to award a tender within the validity period of the proposals
it received, it had to offer all interested
parties a further
opportunity to tender. Negotiations with some tenderers to extend the
period of validity lacked transparency
and was not equitable or
competitive. In my view the first and fifth respondent’s
reliance only on rules of contract is misplaced.”
[79]
I was also referred to the judgment of
City of Ekurhuleni
Metropolitan Municipality v Takubiza Trading & Projects CC and
Others
2023 (1) SA 44
(SCA))
where the court said the
following:
“
the validity period is
indeed one of the fundamental ‘rules of the game’, being
the period within which the process
should be finalised. To extend
the tender validity period
, the consent of all the
participants to the tender process is required
. Unless
there is a timeous request and favourable response from all the
tenderers prior to the expiry of the tender, the tender
comes to an
end.”
[80]
The very same question and issue was considered by the Supreme Court
of Appeal in
Aurecon South Africa (Pty) Ltd v Cape Town
City
2016 (2) SA 199
SCA.
The SCA, held specifically that
when a tenderer or bidder has already been disqualified and or is out
of the race they are no longer
participants in the process. That
being the case it is not necessary or required that written consent
for the extension of the
validity period be sought and or obtained
from such a tenderer. The SCA said the following:
“
[22]
In this regard the complaint was that Aurecon and
the other tenderers were not officially requested to extend the
validity period
of their tenders…”
[23]
It is unnecessary to require a ‘formal’
request from the tenderer in the present circumstances. Clause 140
merely requires
an agreement by the affected tenderer in writing, and
a decision by the chairperson before the expiration date, both of
which were
achieved in this case…
And
the complaint relating to the other
tenderers has no merit whatsoever for the simple reason that they had
already been found ineligible
at that stage and were out of the
picture
…”
[81]
Similarly, in
Wattpower Solutions CC and Another v Transnet SOC
Limited and Another
[2022] 1 ALL SA 892
(KZD)
the
following was said:
“
[36]The issue is whether it
was necessary for Transnet to advise all bidders of
the extension, or whether it was
obliged to canvass the views of
disqualified bidders in a ‘race’ where only two
responsive candidates remained,
and in respect of whom such
consent was asked and received.
Put differently,
did
Transnet have any obligation in respect of non-responsive
bidders?”
[82]
The court went on to consider and drew a distinction between the line
of authorities relied on and
referred to in Takubiza (Supra). Finally
placing reliance on Aurecon (Supra) the court concluded that there is
no need to seek
or obtain consent for bid validity extension from a
bidder who is already disqualified and no longer in the race. The
court said
the following:
“
In Aurecon South Africa
(Pty) Ltd v Cape Town City
2016 (2) SA 199
(SCA) paragraph 23 [also
reported at
[2016] 1 ALL SA 313
(SCA) Ed], in circumstances where
tenderers who were found to be ineligible were not asked to extend
their tenders, the court stated
that ‘
the complaint
relating to the other tenders has no merit whatsoever for the
simple reason that they had already been found
ineligible at that
stage and were out of the picture.”
[83]
I have given consideration to all decisions I have referred to.
Having said that, it is my view that
the interpretation and approach
adopted in both Aurecon and Wattpower Solutions (Supra) is to be
preferred and applied in this
case. The interests of justice require
that when the court is engaged in an interpretative process, “a
meaning that frustrates
the apparent purpose of the statute or leads
to
unbusiness
like results is not to be preferred.
See
:
Road Traffic Management Corporation v Waymark (Pty) Ltd
2019 (6) BCLR
749
(CC)
[84]
Similarly, in
Capitec Holdings and Another v Coral Lagoon
Investments 194 (Pty) Ltd and others [2021] 3 AII SA 674 (SCA)
the SCA said that the process of interpretation is initially an
exercise involving the triad:
text
(language)
context
and
purpose
. The court said the following:
“
The
much-cited passages from
Natal Joint
Municipal Pension Fund v Endumeni Municipality (
Endumeni)
offer guidance as to how to approach the interpretation of the words
used in a document. It is the language used, understood
in the
context in which it is used, and having regard to the purpose of the
provision that constitutes the unitary exercise of
interpretation. I
would only add that the triad of text, context and purpose should not
be used in a mechanical fashion.
It
is the relationship between the words used, the concepts expressed by
those words and the place of the contested
provision within
the scheme of
the agreement
(or instrument)
as
a whole that
constitutes the
enterprise by recourse
to which a
coherent and salient interpretation is determined.
As Endumeni emphasised, citing well-known cases, ‘the
inevitable point of departure is the language of the provision
itself’
.”
[85]
Having said that it is common cause that the 120 days bid validity
period expired on
29 November 2020
, and that as at that stage
there were only four participants whose bids had not finally been
disqualified. These are:
I.
Siemens Health
II.
Philips
III.
Kunene
IV.
Axim
[86]
It is also common cause that all four (4) participants had agreed to
the extensions. Based on authorities
to which I have referred, in
particular Wattpower and Aurecon, I have no difficulty in finding
that there was no need for SITA
to seek and obtain any written
consent for the extension of the bid validity period from the rest of
other bidders who were no
longer participants in the tender process.
FURTHER
GROUNDS OF REVIEW
[87]
As I have pointed out, applicant contends that SITA has an obligation
in terms of the Act, to ensure
that the procurement process is lawful
and also to inform and advice the Department if the process is not
lawful. If SITA fails
to do so, it has failed to comply with its
legal obligation with the result that decision to award the tender
becomes reviewable.
[88]
It is important to bear in mind that the decision to award the
tender, was taken by the Department
and not SITA. SITA merely
facilitates the procurement process. It acts as an agent of the
Department and does so in terms of and
within the confines of the
SITA Act. This obligation includes the duty to ensure verification of
compliance as well as the integrity
of the procurement process. In
carrying out there obligations, SITA is guided by the empowering Act,
Regulations thereto as well
as the SCM policy. SITA is under
obligation to observe all of these in carrying out its mandate.
[89]
In this case, evidence is that the recommendation made by SITA to the
Accounting officer of the Department,
was a product and result of a
formal prescribed procurement process. The written recommendation was
accompanied and supported by
various documents that fully explains
how the entire procurement process unfolded and the recommendation
arrived at. This was done
despite the fact that the Department has
designated officials who were responsible for the evaluation of the
bid.
[90]
I have dealt with the evidence and chronology of events leading and
pertaining to the process. There
is no doubt that if the Accounting
Officer of the Department had any doubt or reservations regarding the
recommendation made, the
supporting documents and information on
which it was based, he or she had all the right to refuse or reject
the recommendation
and not award the tender. I cannot therefore find
that the bid was materially influenced by an error of law.
CONCLUSION
[91]
Taking into account all of the above, it is my finding that the
applicant has failed to prove or establish
reviewable irregularities
on any one or more or all of the grounds relied on. It is therefore
not necessary for me to have regard
to the provisions of Section 172
of (1) (a) and or (b) of the Constitution. Under the circumstances,
the application must fail.
COSTS
[92]
It is so that the issue of costs in generally in the discretion of
the court. Equally so, costs normally
follow the results. I do not
find any reason to deviate.
ORDER
[93]
The application is dismissed with costs, which costs shall include
costs consequent upon employment
of two (2) counsel.
S.S
MAAKANE
ACTING
JUDGE OF THE HIGH COURT OF SOUTH AFRICA
GAUTENG
DIVISION – PRETORIA
Judgment
reserved: 19 February 2024
Judgment
handed down: 10 December 2024
APPEARANCES
For the
Applicant
:
Adv A Govender
Adv N Nyembe
Instructed
by
:
Pinesent Mansons
South Africa Inc.
Johannesburg
For the First
Resp
:
Adv R Bhana SC
Adv G Singh
Instructed
by
:
Ncube Inc.
Attorneys
Johannesburg
sino noindex
make_database footer start
Similar Cases
Phillips v Allcopy Publishers (Pty) Ltd and Others (2023/11479) [2025] ZAGPJHC 448 (9 May 2025)
[2025] ZAGPJHC 448High Court of South Africa (Gauteng Division, Johannesburg)98% similar
Phillips v Allcopy Publishers (Pty) Ltd and Others (2023/114791) [2024] ZAGPJHC 1131 (1 November 2024)
[2024] ZAGPJHC 1131High Court of South Africa (Gauteng Division, Johannesburg)98% similar
South African Legal Practice Council v Mashigo (101522/2023) [2024] ZAGPPHC 1307 (10 December 2024)
[2024] ZAGPPHC 1307High Court of South Africa (Gauteng Division, Pretoria)98% similar
South African Professional Firearms Trainers Council NPC v Quality Council for Trades and Occupations and Others (097482/2024) [2024] ZAGPPHC 1388 (2 October 2024)
[2024] ZAGPPHC 1388High Court of South Africa (Gauteng Division, Pretoria)98% similar
Phillips v City of Johannesburg Metropolitan Municipality (2024/004824) [2025] ZAGPJHC 1049 (20 October 2025)
[2025] ZAGPJHC 1049High Court of South Africa (Gauteng Division, Johannesburg)98% similar