Case Law[2023] ZAGPPHC 1128South Africa
Telegenix Trading 799 (Pty) Limited v Zimele Investment Enterprise Company (Pty) Ltd and Others (A277/2022) [2023] ZAGPPHC 1128 (5 September 2023)
High Court of South Africa (Gauteng Division, Pretoria)
5 September 2023
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
>>
2023
>>
[2023] ZAGPPHC 1128
|
Noteup
|
LawCite
sino index
## Telegenix Trading 799 (Pty) Limited v Zimele Investment Enterprise Company (Pty) Ltd and Others (A277/2022) [2023] ZAGPPHC 1128 (5 September 2023)
Telegenix Trading 799 (Pty) Limited v Zimele Investment Enterprise Company (Pty) Ltd and Others (A277/2022) [2023] ZAGPPHC 1128 (5 September 2023)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAGPPHC/Data/2023_1128.html
sino date 5 September 2023
IN
THE HIGH COURT OF SOUTH AFRICA
GAUTENG
DIVISION, PRETORIA
CASE
NO:
A277/2022
(1)
REPORTABLE: YES
/NO
(2)
OF INTEREST TO OTHER JUDGES: YES
/NO
(3)
REVISED:
DATE: 5/9/2023
SIGNATURE
In
the appeal between:
Telegenix
trading 799 (Pty) limited
Appellant
Zimele
Investment Enterprise Company (Pty) Ltd
Cross-Appellant/First
Respondent
The
South African National Roads Agency Limited
Second
Respondent
Servest
Facilities (Pty)
limited
Third
Respondent
DNA
consulting engineers and
projects
Fourth
Respondent
JUDGMENT
Tolmay
J (Francis-Subbiah J and Barit AJ concurring)
1.
This is an appeal and cross appeal relating
to the decisions made by the second respondent (SANRAL) to award two
tenders for the
operation, management, and maintenance of two
different traffic control centers to the appellant (Telegenix). The
respondent/ cross
appellant (Zimele) was the applicant in the court
below and is an unsuccessful bidder. Zimele instituted two review
applications
under two separate case numbers, the applications were
separated in Part A, which sought an interim interdict pending the
finalization
of Part B, the review application. Part A was not
proceeded with. Zimele asked that both tenders be reviewed and set
aside. These
applications were heard together.
2.
Zimele
also sought in both review applications additional relief, namely
orders declaring clause 4.1.1(a) and 4.1.1(b) of the Tender
Data to
be inconsistent with the Preferential Procurement Regulations, 2017
[1]
(the 2017 Regulations) and
that the tenders were therefore invalid and an order declaring clause
4.1.1(d) and clause 5.11.8 of the
Tender Data and Form C1.1 TENDERE’S
B-BBEE VERIFICATION CERTIFICATE to be inconsistent with the 2017
Regulations and the
Generic Codes of Good Practice(Generic Codes of
Good Practise) issued in terms of section 9 (1) of the Broad -Based
Economic
Empowerment Act 53 of 2003
(B-BBEE Act). The court a quo
refused to grant the declaratory orders but set aside both tender
decisions and the contracts that
were concluded between SANRAL and
Telegenix, which declarations of invalidity were suspended pending
the outcome of fresh tender
proceedings. Zimele was ordered to pay
the respondents’ costs in relation to part A of the
application. SANRAL was ordered
to pay the costs of one half of
Zimele’s costs in relation to part B of the application.
Telegenix was ordered to pay the
costs of Zimele in relation to the
relief sought against it in the interlocutory application.
3.
In
a joint practice note the parties agreed that in the appeal two
issues arise, firstly whether the court a quo was correct in
finding
that the procurement processes were not fair and equitable and should
be set aside, having found that “non- compliance
with the
criteria in respect of the B-BBEE Certificate and stipulated
by SANRAL would result in a bid being excluded
from
consideration without discretion”
[2]
and having found that even if the applicant had survived the
compliance issues raised in clause 4.1.1(a) and 4.1.1(b), it still
would have been excluded due to the B-BBEE certificate issue….”.
It was furthermore noted in the joint practice note
that the
compliance issues referred to in paragraph 5.10 of the judgment did
not apply to the Senekal tender, since Zimele’s
bid was not
disqualified for those compliance issues. SANRAL’s reasons for
not considering Zimele’s bid in that tender
related solely to
its failure to submit a B-BBEE Certificate. In the cross appeal the
issue that arises is whether the court a
quo was correct in refusing
to grant the declaratory orders previously referred to.
4.
The court a quo concluded that:
4.1
The
tender data that required black-owned Qualifying Small Enterprises
(QSE) to produce a valid B-BBEE Certificate as proof of their
B-BBEE
contribution status to the exclusion of an affidavit did not alter
the B-BBEE qualification criteria itself.
[3]
4.2
The
Codes of Good Practice on B-BBEE, 2013 did not prevent SANRAL from
requiring QSE’s to submit a valid B-BBEE Certificate
as proof
of its B-BBEE contributor status.
[4]
4.3
SANRAL,
by imposing the mandatory requirement that all bidders provide a
valid B-BBEE Certificate as proof of their B-BBEE contributor
status
(except an EME with an annual revenue turnover of less than R3
million) did not alter or amend the B-BBEE qualification
criteria for
black-owned QSE’s.
[5]
4.4
It
was not necessary to determine whether SANRAL- had the power, after
the closing of tenders, to condone any non-compliance with
mandatory
provisions relating to the submission of a B-BBEE Certificate in
support of a bidder’s B -BBEE status.
[6]
4.5
The
mandatory requirement in clauses 4.1.1(d) and 5.11.8 and Form C 1.1 /
SBD 6.1 TENDERERS B-BBEE VERIFICATION CERTIFICATE were
not contrary
to the Preferential Procurement Regulations, 2017.
[7]
5.
Despite
the following conclusions the court a quo found that the procurement
processes were not fair and equitable and should be
set aside. The
court a quo relied on the judgment in
Trencon
Construction (Pty.)Ltd v Industrial Development Corporation and
others
[8]
where the following was said:
“
In
our society, tendering plays a vital role in the delivery of goods
and services. Large sums of public money are poured into the
process
and government wields massive public power when choosing to award a
tender. It is for this reason that the Constitution
obliges organs of
state to ensure that the procurement process is fair, equitable,
transparent, competitive and cost effective.
Where the procurement
process is shown not to be so, courts have the power to intervene.”
6.
On 19 July 2022 leave was granted to appeal
against the whole of the judgment and orders, excluding paragraph 6.1
thereof, which
directed Zimele to pay the respondents’ costs in
relation to Part A of the application and leave to cross appeal was
granted
against the refusal of two declaratory orders and the costs
orders made in the review applications. SANRAL abides by the court’s
decision, but filed affidavits and addressed the court as far as the
cost orders affected it. SANRAL indicated in brief submissions
at the
hearing that it has not been an active participant in the appeal or
the cross appeal and abides the decision of the court
in respect of
both. SANRAL’s primary interest in the matter throughout was to
ensure that the traffic control centers continue
to operate, and it
explained that, that was why SANRAL opposed the interim interdict
sought in part A and why it made extensive
submissions on the just
and equitable remedy in Part B.
7.
The following issues arise in this appeal:
7.1
Whether SANRAL correctly disqualified
Zimele’s bids.
7.2
Whether Zimele submitted acceptable bids.
7.3
Whether SANRAL had the power to condone
non- compliance with a mandatory requirement.
7.4
Whether on the assumption that Zimele was
correctly disqualified from the two tenders for failure to submit a
valid B-BBEE Certificate,
it mattered that SANRAL committed other
irregularities during the tender evaluations.
7.5
Whether Telegenix should have been
disqualified from the two tenders for delivering a fraudulent B-BBEE
certificate in the two unrelated
tenders that resulted in a decision
by SANRAL to blacklist Telegenix for three months which decision was
not supported by National
Treasury.
The parties agreed that
if this court upholds the cross appeal it will dispose of the appeal.
8.
On 9 June 2021 SANRAL’s management
Bid Adjudication Committee (BAC) resolved to award two tenders to
Telegenix. The first
was for the appointment of a private operator to
manage, operate and maintain the Senekal Traffic Control Centre (the
Senekal tender)
and the second one was for the appointment of a
private operator to manage, operate and maintain the Kroonstad
Traffic Control
Centre (the Kroonstad tender). Both tenders were for
a period of 60 months with a three-month mobilization period.
Telegenix commenced
operating the Kroonstad Traffic Control Center on
25 August 2021 and the Senekal Traffic Control Center on 26 August
2021.
9.
Zimele was a QSE that was more than 51%
black owned. It submitted an affidavit with both bids as proof of its
level 2 B-BBEE contributor
status, despite the fact that a B-BBEE
Certificate was required in terms of the Tender Data. It was
submitted that an affidavit
was sufficient in terms of paragraph 5.3
of the Codes of Good Practice’s mandatory requirement. Zimele
was however disqualified
in both tenders as SANRAL insisted that in
terms of the tender conditions a valid B-BBEE Certificate was
required. In the Kroonstad
tender, Zimele was disqualified for an
additional reason namely that its key personnel failed to satisfy the
mandatory pre-qualification
criteria in Tender Data 4.1.1(b). In the
Senekal tender Zimele was not disqualified for any reason other than
its failure to submit
a valid B-BBEE Certificate.
10.
Telegenix was a 100% black-owned QSE.
Telegenix procured a B-BBEE Certificate which was purportedly issued
by EmpowerLogic (Pty)
Ltd (EmpowerLogic), as an EME with a Level 1
B-BBEE contributor status in terms of a fictitious sector code in two
unrelated tenders.
It is common cause that the B-BBEE Certificates
that were provided during the bidding process in the Senekal and
Kroonstad tenders
complied with the necessary requirements and were
valid certificates. Telegenix said that it was unaware of the
defective certificates
in the other tenders, as it made use of an
agent, and it would seem that the agent might have obtained
fraudulent certificates.
This matter is presently still under
investigation, and it is common cause that this court need not decide
the issue of guilt.
11.
Zimele's main contention to sustain the
cross appeal is that the court a quo erred in not declaring the
pre-qualification criteria
in Tender Data 4.1.1(a) and(b) or the
mandatory requirement in Tender Data 4.1.1 (d) relating to a valid
B-BBEE Certificate, invalid.
Tender Data 4. 1.1(a) deals with the
tenderer’s minimum experience and 4.1.1 (b) deals with
requirements for key personnel.
Tender Data 4.1.1(d) states that only
tenderers with a B-BBEE contributor status level of 1,2,3 or 4, are
eligible to tender. It
also states that the tenderer shall submit a
valid B-BBEE Certificate. It continues to state that “Failure
to satisfy all
the eligibility criteria will result in a non-eligible
tender”.
12.
Telegenix submits that it was within
SANRAL’s right to determine what prerequisites it required for
bids to be considered
as acceptable bids. As a result, it also had
the right to insist on a certain level of proof and could insist on a
valid B-BBEE
Certificate as such proof. The bids by Zimele were
accordingly properly excluded as it did not constitute acceptable
bids. Telegenix
also argued that the pre-qualification criteria
specified by SANRAL in relation to key personnel in the Senekal
tender played no
role in the decision not to consider Zimele’s
bid. It was pointed out that SANRAL’s decision to require a
certain level
of proof of B-BBEE status did not result in a more
onerous obligation on Zimele, as it had to meet the same requirements
to qualify
as a QSE, as it required to obtain certification. Clause
4.1.1 of the Tender Data of both tenders set out specific
requirements
which tenderers had to meet to be eligible. Neither of
the tenders alluded to a discretion to condone noncompliance and as a
result
SANRAL had no discretion to condone a failure to provide a
valid B-BBEE Certificate. Telegenix concluded that the court below
ought
to have dismissed both applications with costs.
13.
Zimele submitted with both tenders an
affidavit confirming that its annual total revenue for the year
ending December 2019 was between
R10 million and R50 million and that
it was a level 2 B-BBEE contributor and more than 5I% black-owned. As
a more than 51% black-owned
QSE it qualified for enhanced level 2
B-BBEE contributor status in terms of paragraph 5.3 of the Generic
Codes of Good Practice.
Zimele argued that clauses 4.1.1(a) and (b)
of the Tender Data were inconsistent with the 2017 Regulations, and
therefore the tenders
were invalid. It was argued that these clauses
elevated the functionality criteria in the tenders to threshold
requirements contrary
to Regulation 5 of the 2017 Regulations.
Despite this complaint SANRAL made it clear in the answering
affidavit to the founding
affidavit in Part A of the application that
the primary reason for Zimele’s disqualification from both
tenders was because
it failed to submit a valid B-BBEE certificate
with its tenders. It is therefore appropriate to deal with this issue
first.
14.
It was argued that the mandatory
requirement that all bidders submit a valid B-BBEE Certificate with
their tenders was contrary
to the provisions of paragraph 5.3 of the
Codes of Good Practice that exempted more than 51% black-owned QSE’s
from providing
a B-BBEE Certificate as proof of its B-BBEE
contributor status. More than 51% black-owned QSE’s qualify for
enhanced recognition
under the Generic Codes of Good Practice and are
only required to produce an affidavit as proof of their B-BBEE
status. It was
argued that even if SANRAL could impose the mandatory
requirement that all bidders submit a valid B-BBEE Certificate, then
Zimele
contends that SANRAL had a discretion to condone noncompliance
with the requirement. It was argued that SANRAL labored under a
material error of law when it failed to appreciate that it had a
discretion to condone noncompliance with mandatory requirements.
15.
It
was also argued on behalf of Zimele that the court a quo correctly
found that SANRAL evaluated the pre-qualification criteria
relating
to key personnel and SANRAL ought not to have disqualified Zimele on
this basis in the Kroonstad tender. Section 217 (3)
of the
Constitution refers to the national framework within which organs of
state must implement their procurement policy.
[9]
The PPFA Act and the 2017 Regulations, (for purposes of this matter)
as well as the B-BBEE Act and the Codes of Good Practice published
in
terms of the B-BBEE Act constitute the legislative scheme envisaged
in section 217(3)of the Constitution within which procurement
policies must be implemented.
[10]
16.
The
Preferential Procurement Policy Framework Act, 5 of 2000(the PPPFA)
defines an “acceptable tender” as “any
tender
which, in all respects, complies with the specifications and
conditions of tender as set out in the tender document.”
An
acceptable tender is a threshold requirement.
[11]
Regulation 3(b) of the 2017 Regulations provides that an organ of
state must “determine whether pre-qualification criteria
are
applicable to a tender as envisaged in regulation 4”.
Regulation 4 provides as follows:
“
(1)
If an organ of state decides to apply pre- qualifying criteria to
advance certain designated groups, that organ of state must
advertise
the tender with a specific tendering condition that one or more of
the following tenderers may respond-
(a)
a tenderer having a stipulated minimum
B-BBEE status level of contributor;
(b)
an EME or QSE;
(c)
………
.
(2) A tender that fails
to meet any pre- qualifying criteria stipulated in the tender
document is an unacceptable tender.”
17.
Tender Data 4.1 (d) in both tenders had the
following pre-qualification criteria:
(a)
“
The tenderer shall submit a valid
B-BBEE certificate”.
(b) “Failure to
satisfy all the eligibility criteria will result in a non-eligible
tender.”
Clause 5.11.8 of the
Tender Data stated that “a score card shall be a B-BBEE
Certificate issued in accordance with the Codes
listed in clause
5.11.8 (1). This requirement is repeated in Form C1.1 TENDERER’S
B-BBEE VERIFICATION CERTIFICATE. Both
regulations 6(3) and 7(3)
state that “a tenderer must submit proof of its B-BBEE status
level of contributor”. When
the provisions of Regulation 6 and
7 are considered, it was argued and correctly so, on behalf of
Telegenix that it seems evident
that the provisions apply to tenders
“under consideration” which must imply acceptable
tenders.
18.
It
was argued on behalf of Telegenix that neither the 2017 Regulations,
nor the PPPFA, or the Codes of Good Practice prescribes
in any manner
to an organ of state calling for tenders what manner of proof it
must, or may call for. It was argued that it was
left to the relevant
organ of state to determine what manner of proof it requires of a
B-BBEE status level of contributor, as long
as the manner of proof
falls within the definition of proof of B-BBEE status as set out in
section 1 of the 2017 Regulations. The
2017 Regulations were
considered by the
Constitutional
Court in Minister of Finance v Afribusiness NPC
.
[12]
It was held that in terms of section 2 (1) a preferential procurement
policy must be determined by an organ of state and it must
be
implemented within the framework set out in the same section.
[13]
It was also held that the power to create a system of preference
vests in the organ of state alone and it is not for the Minister
to
prescribe the policy.
[14]
It
was argued on behalf of Telegenix that it was always open to SANRAL
to determine its own procurement policy and to set
up
pre-qualification criteria and in addition it was therefore always
open to SANRAL to call for a certain level of proof in respect
of the
pre-qualification criteria. This argument then concluded that where a
tenderer ignored the clear specifications and conditions
of a tender
it cannot complain when its tender is not considered as an acceptable
tender.
19.
The
approach argued for, was adopted in
DR.
JS Maroka Municipality v Bertram (Pty) Ltd
[15]
where it was held that it was for the municipality to decide what
should be a prerequisite for a valid tender, and not for the
court.
It was also held that a failure to comply with the prescribed
conditions will result in a tender being disqualified as an
acceptable tender”, unless those conditions are immaterial,
unreasonable or unconstitutional”.
[16]
It was furthermore stated that “A bid that does not satisfy the
necessary prescribed minimum qualifying requirements simply
cannot be
viewed as a bid ‘validly’ submitted.”
[17]
Reliance was also placed on
Gijima
Holdings (Pty) Ltd and others v SANRAL and others
[18]
(Gijima)
for the contention that SANRAL could require a valid B-BBEE
Certificate as proof of its B-BBEE status. It was argued on
behalf of
Zimele that Telegenix’s reliance on the Gijima in support of
this contention is misplaced as the main issue in
Gijima was whether
SANRAL was justified in disqualifying Gijima, who submitted a flawed
affidavit as proof of its B-BBEE status.
[19]
It is important to note that in Gijima the bidders could submit a
sworn affidavit accompanied by audited financial statements,
or
management accounts as proof of the bidders’ B-BBEE status. As
such it was accordingly not the affidavit as such that
was
contentious, but the fact that it was flawed. What is however
important when one considers Gijima is that the court held, after
interpreting the conditions of tender, that SANRAL did not have the
power to condone noncompliance with the mandatory requirements
relating to proof of the bidder’s B-BBEE status.
[20]
20.
Based on what was held in JS Maroko, I
conclude that SANRAL was within its rights to require a B-BBEE
Certificate as proof of a
bidder’s B-BBEE status. The
requirement of a valid B-BBEE Certificate did not in itself alter the
B-BBEE criteria. I agree
with the argument raised on behalf of
Telegenix that the 2017 Regulations refer to three different methods
of establishing proof
of B-BBEE status level, but they do not
determine that an organ of state may only require an affidavit from a
QSE. Paragraph
3.1 of the Codes of Good Practice lists the
entities which are measurable under the Codes. Paragraph 3.2 thereof
determines the
basis for measuring B-BBEE compliance. The basis for
measuring a black owned QSE is paragraph 5.3. In terms of paragraph
5.3.3
of the Codes of Good Practice a black-owned QSE is only
required to obtain an affidavit on an annual basis confirming an
annual
turnover between R10 million and R50 million and its level of
black ownership. Paragraph 5.3.3 of the Codes provides for a method
of eligibility/qualification as a QSE in other words without an
affidavit an entity cannot achieve an enhanced B-BBEE recognition
level. Methods for establishing proof is however to be distinguished
from proof required during the tender process.
21.
It was argued on behalf Telegenix that
according to paragraph 2.6 of the Code of Good Practice proof of
compliance only requires
suitable evidence or documentation. The
argument went further that since neither the Regulations nor the
Codes prescribe to an
entity such as SANRAL what it must accept as
suitable proof, such an entity can elect from the definition of the
regulations what
it requires in any given circumstance.
22.
I conclude that the court a quo was
correct in deciding that SANRAL did not change the B-BBEE criteria
for 100% and more than 51%
black-owned QSE’S through its
insistence on a B-BBEE Certificate.
23.
Zimele
contends furthermore that SANRAL placed more onerous obligations on
black-owned QSE’s to meet the requirements of the
QSE scorecard
and the priority elements to qualify as a level 1 or 2 B-BBEE
contributor. A perusal of the Codes of Good Practice
[21]
reveals that a QSE that qualifies for enhanced B-BBEE recognition did
not need to meet any additional elements and there were no
more
onerous obligations on it. It is however true that Zimele under these
circumstances was required to apply for a B-BBEE Certificate.
It is
however important to take note of the fact that Zimele elected to
submit a bid in respect of the tender, where the requirement
was that
B-BBEE Certificate was required and if they had any misgivings about
this requirement, they could have challenged it from
the onset. I
agree with Telegenix’s argument that in submitting the tender
which included this specific requirement Zimele
acquiesced to the
tender conditions.
24.
It
was further argued on behalf of Zimele that SANRAL had a discretion
to condone non-compliance with this requirement and should
have done
so. In
Minister
of Environmental Affairs and Tourism and others v Pepperbay Fishing(
Pty) Ltd
;
Minister
of Environmental Affairs and Tourism and others v Smith
[22]
, which was later confirmed in JS Maroka it was held that an
administrator has no inherent power to condone a failure to comply
with a peremptory requirement except if it has been afforded such a
discretion. It was argued on behalf of the Zimele that clause
1.6 of
Form C 1.2 afforded SANRAL the right to require a bidder “either
before a bid is adjudicated or at any time subsequent
to substantiate
any claim in regard to preferences in any manner required”. In
addition, it was argued that SANRAL had the
power by virtue of clause
5.8 of the Tender Data read with clause 4.14 to condone nonmaterial
deviations or omissions from a tender.
25.
This
argument, however, does not hold water because clause 1.6 of Form C
.1.2 provides for the right to call for substantiation
of a claim in
regard to preference. It does not deal with the pre-qualification
criteria as set out in clause 4.1.1. As far as
the reliance on clause
5.8 of the Tender Data, read with clause 4.14 is concerned, it can
hardly be argued that noncompliance with
what is ultimately an
empowerment credential could be regarded as non-material.
[23]
The conclusion therefore is that Zimele failed to establish that
SANRAL in casu had a discretion to condone noncompliance with
the
pre-qualification criteria. Zimele had to submit an acceptable tender
before SANRAL became bound to adjudicate on the tender,
consequently
it could not rely on a ground for review under PAJA, as a validly
submitted tender was required. The result is that
Zimele was
correctly disqualified in both the Kroonstad and Senekal tenders on
this basis alone.
26.
In the Kroonstad tender, Zimele was
disqualified for an additional reason namely that its key personnel
failed to satisfy the mandatory
pre-qualification criteria in Tender
Data 4.1.1. (b). Zimele and Telegenix during the appeal was in
agreement that Zimele
was wrongfully disqualified from the Kroonstad
tender on the basis that it failed to satisfy Tender Data 4.1.1(b),
because it was
sufficient to satisfy Tender Data I 4.1.1(a).In any
event, this issue does not need any further consideration, as it will
not have
any effect on the outcome of this appeal, as a result of the
conclusion reached in relation to the B-BBEE Certificate requirement,
Zimele would in any event have been disqualified from both tenders
due to its noncompliance with Tender Data 4.1.1(d). The court
a quo
was accordingly correct in refusing to grant the declaratory orders.
27.
SANRAL
correctly disqualified Zimele’s bids on the basis that it
failed to comply with the prerequisite relating to a B-BBEE
Certificate. It is not clear on what basis it was found that the
tender processes were not fair and equitable and the reliance
on the
specific paragraph in Trencon
[24]
does not clarify the conclusion reached. There is no indication in
either the papers or the judgment why the court a quo came to
this
conclusion ,especially in the light of the findings of the court a
quo as set out above.
28.
As far as the fraudulent B-BBEE certificate
is concerned it was common cause that this issue did not arise in
these specific tenders
and the matter had been ratified by
Telegenix. This issue was not raised as a ground of appeal but was
raised in the heads
of argument. The fraudulent B-BBEE Certificates
relate to the Beitbridge and Polokwane tenders, and Telegenix was
correctly disqualified
from those tenders. As was set out earlier,
Telegenix was unaware that these certificates were fraudulent as it
made use of an
agent. Valid B-BBEE Certificates were issued on 14
September 2020 in the Kroonstad and Senekal tenders. On 9 June 2021
the tenders
were awarded to Telegenix. The papers indicate that there
was a difference of opinion between SANRAL’s Eastern and
Northern
Regions regarding the approach and sanction that should be
followed due to the fraudulent B-BBEE Certificates. On 29 September
2021 the Management BAC resolved to backlist Telegenix for three
months as a result of the fraudulent B-BBEE Certificates. National
Treasury declined SANRAL’s request to include Telegenix and its
directors on the database of restricted suppliers and disagreed
with
SANRAL’s decision to do so. Zimele complained that SANRAL did
not take relevant factors into consideration and dragged
its feet,
which led to the tenders being awarded to Telegenix. The court a quo
correctly concluded that there is no indication
that swift action by
SANRAL would have led to another outcome. I am also of the view that
the fact that the fraudulent certificates
related to another tender
and the particular circumstances in this case cannot lead to a
conclusion that SANRAL’s decision
offended against section
6(2)(e)(iii) of PAJA.
29.
As far as the costs are concerned. SANRAL’s
participation in the proceedings is of importance. In Part B SANRAL
abided the
merits and confined its submissions to a just and
equitable remedy, as it has a duty to ensure the uninterrupted
operation of the
effected traffic control centers. SANRAL abides the
court’s decision in the appeal and cross appeal. In the heads
of argument
filed by Zimele, Zimele sought costs of the appeal and
cross appeal against Telegenix and SANRAL jointly and severally.
SANRAL
had a substantial interest in the outcome of these proceedings
and clearly did not partake in the disputes between the parties and
should not be mulcted with costs in either the proceedings in the
court a quo or the appeal proceedings. As far as the costs are
concerned the costs should follow the result.
The following order is
made:
1.
The appeal is upheld.
2.
The cross -appeal is dismissed.
3.
The court a quo’s order, as far as
leave to appeal was granted, is set aside and substituted with the
following:
3.1
The application is dismissed.
3.2
The First Respondent is ordered to pay the
costs of the Appellant, including the costs of the appeal and cross-
appeal, which costs
will include the costs of two counsel.
R G TOLMAY
JUDGE OF THE HIGH COURT
GAUTENG DIVISION,
PRETORIA
I
Agree
R FRANCIS-SUBBIAH
JUDGE OF THE HIGH COURT
GAUTENG DIVISION,
PRETORIA
I
Agree
L BARIT
ACTING JUDGE OF THE HIGH
COURT
GAUTENG DIVISION,
PRETORIA
Appearances:
Appellant’s
Counsel:
M W
Collins SC & G Campbell.
Appellant’s
Attorney:
Dukhi
Attorneys Inc
Cross
Appellant/First Respondent’s Counsel:
S
Budlender SC & T Prinsloo.
Cross
Appellant/First Respondent’s Attorney:
Lowndes
Dlamini Incorporated
Second
respondents Counsel:
S
Scott.
Second
respondents Attorney:
Date
of Hearing:
10 May
2023
Date
of Judgment:
5
September 2023
[1]
Preferential
Procurement Policy Framework Act, 2000
: Preferential Procurement
Regulations, 2017. These regulations were replaced by the 2022
Regulations published in GN2721 of 4
November 2022 but were still
applicable for purposes of these matters.
[2]
Zimele
Investment Enterprise Company (Pty) Ltd v South African National
Roads Agency and 3 Others
36023/2021 & 36024/2021 [14 APRIL 2023] unreported at para 4.12
(court a quo judgment).
[3]
Ibid
at para 4.17.
[4]
Ibid
at para 4.9.
[5]
Ibid
at para 4.11.
[6]
Ibid
at para 4.1.
[7]
Ibid
at para 4.15.
[8]
2015
(5) SA 24 (CC).
[9]
Allpay
Consolidated Investment Holdings (Pty) Ltd and Others v Chief
Executive Officer; South African Social Security Agency,
and Others
2014 (1) SA 604
(CC) at para 33 (Allpay).
[10]
Airports
Company South Africa SOC Ltd v Imperial Group Ltd and Others
2020 SA
17
(SCA) at para 20.
[11]
Chairperson
Standing Tender Committee and others v JFE Sapela Electronics (Pty)
Ltd and Others 2008 (2) SA is 638 (SCA) at para
11.
[12]
[2022]
ZACC 4.
[13]
Ibid
at para 113.
[14]
Ibid
at para 123.
[15]
2013
JDR 2728 (SCA) (Dr JS Maroka).
[16]
Ibid
at para 10.
[17]
Ibid
at para 15.
[18]
Gijima
Holdings (Pty) Ltd and Others v South African National Roads Agency
SOC Limited and Others (57952/2020) [2021] ZAGPPHC
391 (17 June
2021) (Gijima).
[19]
Ibid
at para 9.
[20]
Ibid
at para 21 – 22.
[21]
At
para 3.3 & para 5.3.
[22]
2004
(1) SA 308 (SCA).
[23]
Allpay
at para 72.
[24]
Supra
note 8.
sino noindex
make_database footer start
Similar Cases
Eew Trading Enterprise (Pty) Ltd v DDD Diesel Deliveries (Pty) Ltd (2024/107143) [2025] ZAGPPHC 935 (29 August 2025)
[2025] ZAGPPHC 935High Court of South Africa (Gauteng Division, Pretoria)98% similar
E.TV (Pty) Limited and Others v Minister of Communications and Digital Technologies and Others (2025/008928) [2025] ZAGPPHC 321 (27 March 2025)
[2025] ZAGPPHC 321High Court of South Africa (Gauteng Division, Pretoria)98% similar
Pridin Trading (Pty) Ltd and Another v Boutique Leasing Company (Pty) Ltd and Another (046326-2024) [2025] ZAGPPHC 779 (1 August 2025)
[2025] ZAGPPHC 779High Court of South Africa (Gauteng Division, Pretoria)98% similar
Siyandisa Trading (Pty) Ltd v Commissioner for the South African Revenue Services (A201/2021) [2023] ZAGPPHC 126 (26 July 2023)
[2023] ZAGPPHC 126High Court of South Africa (Gauteng Division, Pretoria)98% similar
Sortetex (Pty) Ltd and Others v Van Der Westhuizen and Another (2025-209294) [2025] ZAGPPHC 1234 (20 November 2025)
[2025] ZAGPPHC 1234High Court of South Africa (Gauteng Division, Pretoria)98% similar