Case Law[2022] ZAGPPHC 865South Africa
Babcock Ntuthuko Engineering (Pty) Ltd v Eskom Holdings SOC Limited and Others (64288/2021) [2022] ZAGPPHC 865 (17 November 2022)
Headnotes
SUMMARY: Administrative Law - Mandatory requirements of tender ambiguous-party disqualified for failure to submit a 'certificate' when 'certification' a mandatory precondition for consideration - contradictory and inconsistent use of terms in tender documents without clarification or correction - disqualification despite 'certification' confirmed in covering letter - disqualification irrational and award of tender reviewed and set aside - order suspending invalidity- circumstances require the continued provision of maintenance services pending a new tender.
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
>>
2022
>>
[2022] ZAGPPHC 865
|
Noteup
|
LawCite
sino index
## Babcock Ntuthuko Engineering (Pty) Ltd v Eskom Holdings SOC Limited and Others (64288/2021) [2022] ZAGPPHC 865 (17 November 2022)
Babcock Ntuthuko Engineering (Pty) Ltd v Eskom Holdings SOC Limited and Others (64288/2021) [2022] ZAGPPHC 865 (17 November 2022)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAGPPHC/Data/2022_865.html
sino date 17 November 2022
IN
THE HIGH COURT OF SOUTH AFRICA
(GAUTENG
DIVISION, PRETORIA)\
Case
No. 64288/2021
REPORTABLE:
NO
OF
INTEREST TO OTHER JUDGES: NO
REVISED:
NO
DATE:
17 NOVEMBER 2022
In
the matter between:
FLYNOTES:
A
MBIGUITY IN TENDER REQUIREMENTS
Administrative
– Tender – Requirements – Mandatory requirements
ambiguous – Party disqualified for failure
to submit a
“certificate” when “certification” a
mandatory precondition for consideration – Contradictory
and
inconsistent use of terms in tender documents without clarification
or correction.
BABCOCK
NTUTHUKO ENGINEERING (PTY)
LTD
Applicant
And
ESKOM
HOLDINGS SOC
LIMITED
1
ST
Respondent
ACTOM
(PTY)
LTD
2
ND
Respondent
STEINMULLER
AFRICA (PTY)
LTD
3
RD
Respondent
Coram:
Millar J
Heard
on:
11 October 2022
Delivered:
17 November 2022 - This judgment was handed down electronically
by circulation to the parties' representatives by email, by being
uploaded to the
CaseLines
system of the GD and by release to
SAFLII. The date and time for hand-down is deemed to be 13HOO on 17
November
2022.
SUMMARY:
Administrative Law - Mandatory requirements of tender
ambiguous-party disqualified for failure to submit a 'certificate'
when 'certification'
a mandatory precondition for consideration -
contradictory and inconsistent use of terms in tender documents
without clarification
or correction - disqualification despite
'certification' confirmed in covering letter - disqualification
irrational and award of
tender reviewed and set aside - order
suspending invalidity- circumstances require the continued provision
of maintenance services
pending a new tender.
# ORDER
ORDER
It
is ordered: -
A.1
The decision of the Board of Directors of the first respondent
("Eskom")
to award tender CORP 4495 for maintenance
and outage repair services for boiler pressure parts and/or
maintenance and outage repair
services for high pressure pipework for
fifteen fossil-fired power stations
("the services")
to
the second and third respondents, taken on or about 7 October 2021,
is reviewed and set aside.
A.2
In consequence of the order in paragraph A.1, the contracts concluded
between Eskom
and the second and third respondents for the provision
of the services are declared unlawful and are reviewed and set aside.
A.3
Eskom is directed to conduct a fresh tender process in respect of the
services on
the terms described in paragraph A.5
("the fresh
tender process").
A.4
The order in paragraph A.2 is suspended pending the finalisation of
the fresh tender
process or the expiry of the time period referred to
in paragraph A.5 of this order for the finalisation of the fresh
tender process
(whichever is earlier), whereafter it will take
effect.
A.5
The fresh tender process is to be conducted and finalised in
accordance with the following
timetable:
A.5.1 Eskom is to
formulate the terms of the fresh tender, and publish it, within
two
months
of the date of this Court's order.
A.5.2 Eskom is to
determine that the closing date for the tender should be no more than
two months
from the date on which it is published.
A.5.3 The tender is to be
evaluated within
two months
of the closing date of the tender.
A.5.4 Negotiations with
the successful tender(s) shall be conducted and concluded within
one
month
of the identification of the successful tenderer(s) as
envisaged in paragraph A.5.3 above.
A.5.5.
The award of the contract to the successful tender(s) shall be made
within
one month
of the conclusion of the negotiations
described in paragraph A.5.4 above.
A.5.6 Subject to
paragraph A.6 below, the time periods set out above shall not be
capable of being extended.
A.6
Any party may approach the Court on the same papers, amplified as
necessary, for an
amendment to the timetable in paragraph A.5 above
on good cause shown.
A.7
The first, second and third respondents are ordered to pay the
applicants taxed costs
of the application jointly and severally, the
one paying the others to be absolved.
A.8
The costs are to be taxed on the scale as between party and party and
are to include
the costs consequent upon the employment of two
counsel.
# JUDGMENT
JUDGMENT
MILLAR
J
1.
This is an application in which the applicant ("Babcock")
seeks to review and set aside a decision of the first respondent
("Eskom") to award a tender for maintenance and outage
repair services for 15 of its fossil fuel powered electricity
generation stations ("power stations") to the second
("Actom")
and third ("Steinmuller") respondents
on 7 October 2021.
2.
Babcock, Actom and Steinmuller are engineering concerns that have
over a number of years, and in the case of Babcock, for at least 20
years, tendered for and been awarded maintenance and outage
repair
service contracts at one or more of Eskom's power stations.
3.
Prior to the award of the
tender, Babcock rendered services at 4 of Eskom's power stations.
[1]
These services were
rendered in terms of a contract that had been entered into on 3 June
2016 and had thereafter been renewed on
several occasions.
4.
The tender in question was issued on 6 August 2018 with an initial
closing date of 21 September 2018. When the tender was issued, it was
issued with an extension from initial closing date to 24
October
2018.
5.
The tender was thereafter on 7 October 2021 awarded to Actom and
Steinmuller in terms of which they were to render the maintenance and
outage repair services for 7 and 8 of the 15 power stations
respectively. Babcock was unsuccessful in its tender bid having been
disqualified at an early stage of the process.
6.
The 2 issues upon which the review is predicated are:
6.1
firstly, whether the disqualification for non-compliance was unlawful
and irrational
6.2
secondly, whether the award of the tender as a "split tender"
was unlawful.
7.
Eskom is an organ of
state and is required, in the issue, consideration of and award of
tenders to comply with section 217
[2]
of the Constitution of
the Republic of South Africa.
8.
The applicable
legislative framework was set out succinctly in Waco Africa (Pty) Ltd
t/a SGB-Cape v Eskom Soc Ltd and Others
[3]
by Adams J, as follows:
"[7]
The
procurement of goods and services by the state and other public
entities is subject to various legal constraints, Section 217(1)
of
the Constitution requires all organs of state, when they contract for
goods or services, to do so 'in accordance with a system
which is
fair, equitable, transparent, competitive and
cost
effective'.
That is taken up in the Public Finance Management Act, Act 1 of
1999 ('the PFMA'), which provides in s 51(1)(a)(iii) that the
accounting
authority of a public entity (which includes Eskom) 'must
ensure that the public entity
Has and maintains an appropriate
procurement and provisioning system which
is
fair, equitable,
transparent, competitive and cost effective'.
It has also been
held that public procurement constitutes 'administrative action' as
contemplated by the Promotion of Administrative
Justice Act, Act 3 of
2000 ('PAJA') and must
comply with the provisions of that Act.
[8]
Section 217
of the Constitution, the Preferential Procurement Policy Framework
Act, Act
5
of 2000 ("the Procurement Act'') and the
Public Finance Management Act, Act 1 of 1999 provide the
constitutional and legislative
framework within which administrative
action may be taken in the procurement process.
The lens for
judicial review of these actions, as with other administrative
action, is found in PAJA.
The central focus of this enquiry is
not whether the decision
was
correct, but whether the process
is reviewable on the grounds set out in PAJA
".
9.
A tender is in effect an
invitation to quote for business - whether for the supply of goods or
services or both.
The
invitation to quote is made up of Eskom's Procurement and Supply
Chain Management Procedure ("SCM procedure"), the
Request
for Proposal ("RFP") which includes the Specific Tender
Data as well as Eskom's Standard Conditions of Tender
("the
Standard Conditions")
[4]
.
10.
The SCM procedure sets out in detail the process that is followed in
the evaluation
of a tender. The process involves 6 stages of
evaluation and consideration:
10.1 Stage 1 is an
evaluation of the responsiveness criteria -
"This includes
the eligibility
of the tenderer, pre-qualification criteria,
copy received of tender, etc."
10.2 Stage 2 is the
mandatory requirements/gatekeepers -
"These
requirements
(if any), and the supporting documents required to verify the
tenderers compliance should be listed in the enquiry
document. A
condition should also be
added
to
the
enquiry
stating
that these
are "must
meet" criteria
i.e.
they
must be met in
order to qualify for further evaluation. Tenderers who do not meet
all the mandatory criteria will be disqualified."
10.3 Stage 3 is
functionality -
"The need to invite tenders on the basis of
functionality
as a
criterion depends
on
the
nature
of the
specific
goods, works or
services taking into account quality, reliability, viability and
durability of
a
service and the tenderers technical capacity
and capability to execute
a
contract."
10.4 Stage 4 is
local production and content - if this is a requirement this must be
specified in the tender and
"The declaration certificate for
local content must form part of the tender enquiry
as
part of
a
mandatory returnable"
- in respect of both
designated and non-designated sectors. It provides also that
"If
thresholds have not been applied for local production and content,
this stage may be removed and the evaluation may commence
from the
next stage."
10.5 Stage 5 is
price and preference which provides that in regard to price
"The
PPPFA prescribes that the lowest acceptable tender will score 80 or
90 points for price"
and in regard to preference
"It
must be stated in the enquiry that points will be awarded to
a
bidder for attainting
8-BBEE status."
10.6 Stage 6 is
objective criteria -
"If Eskom intends to apply objective
criteria it must stipulate the objective criteria in the enquiry
documents with
the associated returnables
required
for
purposes
of
compliance.
Functionality
and
any
element of the 8-BBEE scorecard may not be
used as objective criteria."
11.
It is the application of the criteria in stages 2, 5 and 6 which are
germaine to the
present proceedings. The 2
nd
criteria are
relevant to the disqualification decision and the 5
th
and
6
th
criteria to the award to more than one tenderer. These
criteria are implemented/considered sequentially beginning with the
first.
12.
Was the decision to
disqualify Babcock or to award the tender to more than one tenderer,
besides the highest scoring tenderer
[5]
either,
'lawful,
reasonable and procedurally
fair'.
[6]
It is the case for
Babcock that the decision did not meet these criteria and was
impeachable for want of adherence to the provisions
of specifically
section 6(2)(c)
[7]
of PAJA.
13.
The basis upon which Babcock was disqualified from the tender process
was that it
had not submitted a
"Mandatory returnable for
evaluation".
The particular item in respect of which it was
alleged that it had not made the appropriate submission was item 3.2
-
"Certification to ISO 3834".
14.
The RFP contained a
"List of Commercial Tender Returnables"
(CTRs)
- these were divided into two categories - the first as
"Mandatory returnable for evaluation"
and the second
"Mandatory Returnable for Contract Award".
In
paragraph 1.3 of the RFP, this was further described in the following
terms:
"The tenderer
must submit the returnables set out hereunder as part of its tender.
(Mandatory returnables are indicated by
a
tick (v'), and if
they are not included by tender deadline, the tenders (sic) will be
disqualified from further evaluation). Documents
preceded by** do not
need to be physically submitted to Eskom (either at tender deadline
or before contract award, if the tenderer
is registered with
CSD,
has provided
a
valid registration number as required in
Annexure B
(the tenderer's particulars)
and
such documents
can be verified on
CSD."
15.
A consideration of the list of CTRs categorizes various of those
returnables as either
mandatory for evaluation or mandatory for
contract award. These are two separate parts of the process - once
the evaluation has
taken place, tenderers having met all the
requirements then move onto the second part of the process which is
for consideration
of the award. Having regard to the categorization
of the individual items, some specify the requirement that a written
document
be submitted in each of the two categories.
16.
Item 3 of the CTRs deals with technical requirements. There are two
technical requirements,
both of which are described as
"mandatory
returnable for evaluation"
- they are:
"3.
1
The
tenderer must have experience in the maintenance of fossil fired
boiler and high-pressure piping producing
>
60MW (in line
with the scope above) for
a
minimum combined period of greater
or equals to 36 months.
3.2
Certification to ISO
3834"
17.
None of the items contained on the CTRs list are preceded by "**"
as indicated
in paragraph 1.3 and it is ostensibly on this basis that
Eskom took the view that the failure to submit an ISO 3834
certificate
as a mandatory returnable, disqualified Babcock from
consideration in the tender.
18.
Although item 3.1 did not require the submission of a specific
document to evidence
the tenderer's experience, this was provided and
set out in a letter by Babcock to Eskom on 24 October 2018 when its
tender was
submitted. It established its experience by stating in
summary that
"Babcock
Ntuthuko Engineering
has
been performing boiler repair and maintenance
work
for
Eskom since 2003 on various Power Stations including Lethabo,
Hendrina, Matla and Grootvlei".
19.
As far as item 3.2 of the CTRs is concerned, in the same letter of 24
October 2018,
Babcock stated that
"The company is also
certified in terms of ISO 3834 since 2013 I 2014."
20.
It was contended by Eskom
that "Certification" meant "Certificate" and that
the failure to submit an ISO 3834
Certificate was failure to submit a
mandatory returnable for evaluation.
It
is clear that on consideration of the various items on the CTR list,
that where documents are required these are specified -
see for example,
item 1.1 which required
''Tenderers
should submit at least one original and one copy of every tender
document and soft copies"
[8]
.
21.
Pertinent to the present matter, item 5 which is headed
"Quality''
requires under 5.1, a
"Certificate issued by a(sic)
Approved and Authorized Certification Authority''
and
"Certification Authority is has (sic) Recognized
International Accreditation"
and
"Validity (expiry
date) of Certificate".
22.
Thus, within the list of
CTRs, the words "Certificate" and "Certification"
both appear.
On
a plain reading of the use of these terms it is clear that they were
not intended to be used as synonyms -
this
much is apparent from paragraph 5.1 of the CTR.
The
reference to certificate
[9]
is clearly a reference to
a specific document whereas the reference to certification
[10]
in the CTR is to the body
that has the authority to issue a certificate.
23.
Properly construed reference to a certificate means reference to the
specific document
which
evidences the certification
having
been obtained. In the present matter, it is not in dispute that
Babcock informed Eskom in its letter submitting its tender
that it
was indeed possessed of the "certification" referred to in
paragraph 3.2 of the CTRs.
24.
The tender was submitted on 24 October 2018 and on 27 November 2018,
a month after
the closing date for the tender, Eskom wrote to Babcock
to enquire
"Where can we find Certification to
ISO
3834
in your submitted tender."
25.
On 29 November
2018, Babcock
then wrote
to Eskom drawing to their
attention to the fact that they had referred to their certification
in their letter enclosing the tender
but did not appear to have (had
not) submitted the certificates in support thereof.
The
certificates were then all enclosed
[11]
.
26.
Does "Certification to ISO 3834" have the same meaning as
providing a "Certificate
demonstrating ISO 3834 certification"?
27.
In Allpay Consolidated
Investment Holdings (Pty) Ltd and Others v Chief Executive Officer of
the South African Social Security Agency
and others (Corruption Watch
and another
as
amici curiae)
[12]
,
it was stated:
"Compliance with
the requirements for
a
valid tender process, issued in
accordance with the constitutional and legislative procurement
framework, is thus legally required.
These requirements are
not merely internal prescripts that SASSA may disregard at whim. To
hold otherwise would undermine the demands
of equal treatment,
transparency and efficiency under the constitution.
Once a
particular administrative process is prescribed by law, it is subject
to the norms of procedural fairness codified in PAJA.
Deviations
from the procedure will be assessed in terms of those norms of
procedural fairness. That does not mean that administrators
may never
depart from the system put into place or that deviations will
necessarily result in procedural unfairness.
But it does mean
that, where administrators depart from procedures, the basis for
doing
so
will have to be reasonable and justifiable, and the
process of change must be procedurally fair."
28.
To interpret the language
used in documents, the test to be applied was set out by the by the
Supreme Court of Appeal in Natal Joint
Municipal Pension Fund v
Endumeni Municipality
[13]
as follows:
"Interpretation
is the process of attributing meaning to the words used in
a
document, be it legislation, some other statutory instrument, or
contract, having regard to the context provided by reading the
particular provision or provisions in the light of the document as
a
whole and the circumstances attendant upon its coming into
existence. Whatever the nature of the document, consideration must be
given to the language used in the light of the ordinary rules of
grammar and syntax
the context in which the provision appears
the apparent
purpose to which it is directed, and the material
known to those responsible for its production. Where more than one
meaning is
possible each possibility must be weighed in the light of
all these factors. The process is objective, not subjective. A
sensible
meaning is to be preferred to one that leads to insensible
or unbusinesslike results or undermines the apparent purpose of the
document."
29.
It was argued on behalf
of Babcock that Eskom was aware of the fact that it had both
certification and the relevant certificates
-
these
having been requirements that it had fulfilled in its successful
award of prior tenders. While it is not in dispute that Eskom
were
indeed in possession of this, to permit such an approach to the
submission of a valid tender, would offend
"the
demands of equal treatment, transparency and efficiency"
referred
to in Allpay
[14]
in that tenderers who had
a prior relationship with Eskom
would
have an advantage
over
those who did not.
30.
However, the argument by Eskom that 'certificate' and 'certification'
are to be read
as synonyms and interchangeably in the context of the
CTR list and in particular paragraph 3.2 is without merit. To do so
would
render the requirements set out in paragraph 5.1 of the CTR
list redundant, irrational and out of place in keeping with the
formulation
of the RFP and its purpose. It is for this reason that
the interpretation cast upon paragraph 3.2 of the CTR list by Babcock
is
to be preferred. To construe it in any other way would be
irrational and inimical to the RTP and the purpose for which the
tender
was issued.
31.
"The issues in
these matters are to be decided with reference to the laws relating
to public procurement and the notion that
public procurement is not
a
mere
showering of public largesse on commercial enterprises.
It is the acquisition
of goods and services for the benefit of the public".
[15]
32.
A tender must be clear and unequivocal in the terms in which it is
issued so as to
ensure that all those who accept the invitation to
tender and do so, are able to place before the party issuing the
tender, a fair
representation of their ability to meet the
requirements of the tender.
33.
In a process which is
intended to be
'fair,
equitable, transparent, competitive and cost effective',
[16]
there is no place to
argue compliance with the tender with reference to documents
previously submitted in respect of other tenders.
With
that being said, a tender must be framed in a manner that is not
ambiguous and affords all tenderers an equal opportunity to
understand what the requirements
of
the tender are and to meet those requirements
[17]
.
It is inevitable that a
poorly drafted and ambiguous (a least insofar as paragraphs 3 and 5
of the RFP are concerned) tender, such
as the one in the present
case, would be impeachable.
34.
The present matter is
distinguishable from the case in Dr JS Moroka Municipality and Others
v Betram (Pty) Ltd and Another
[18]
where an original tax
clearance certificate was required but a copy was furnished and WDR
Earthmoving Enterprises and Another v
Joe Gqabi District Municipality
and Others
[19]
where the tender required
the prior three years audited financial statements to be submitted
but
only
two
years
were submitted. In both
of
these
cases
it
was
found
that the failure to comply with the requirements justified
disqualification. In both instances the requirements were clear
and
unequivocal in their terms unlike in the present instance.
35.
It follows that if the mandatory returnable tender requirements were
ambiguous, Eskom
was required at the very least, to have recognized
the ambiguity and afforded Babcock and every other tenderer who was
disqualified
in consequence thereof, an opportunity to comply with
what it had intended the requirements to be, particularly given that
a failure
to submit any of those returnables would at that second
stage of the process disqualify any tenderer who did not comply. Its
failure
to do so, was procedurally unfair as provided for in section
6(2)(e) of PAJA and in consequence, the disqualification of Babcock
from consideration in the award of the tender was both unlawful and
irrational. For these reasons this ground of review succeeds.
36.
The second ground of review was that the tender had been improperly
split between
Steinmuller and Actom. In view of my finding in regard
to the disqualification decision, I do not propose to deal with this
ground
of review save to say that I am not persuaded that it has any
merit. The concession by Babcock that
"It was nevertheless
always anticipated, because of the sheer volume of the work, that the
scope of the work would be divided
amongst at least three bidders"
is to my mind fatal to this ground.
37.
It does not behoove a
tenderer in the position of Babcock to engage in a tender process
well knowing the tender was going to be
split,
[20]
and to then after its
disqualification for other reasons, attempt to review the award on
this basis. It seems to me to have been
raised in consequence of a
'belts and braces' approach to the review, a not unreasonable
approach given the importance of the matter
to all concerned.
38.
Having found that the
decision to disqualify Babcock from the tender was unlawful and
irregular, what then is the appropriate remedy?
There
is a wide discretion conferred upon the Court in terms of Section
8
[21]
of
PAJA as to the remedy that can be granted.
39.
Babcock sought initially,
when it first challenged its disqualification from the tender, to set
aside the award of the tender as
a whole and to have the decision to
make the split award remitted for reconsideration within 30 days.
[22]
The order sought in this
regard was predicated on the basis that it was only Babcock who had
been prejudiced by the disqualification
decision.
40.
Thereafter, on 4 April 2022 and after the full record had been made
available to it,
Babcock amended the relief that it sought by seeking
an order that the whole of the award of the tender be set aside and
in the
alternative, that the disqualification of Babcock and the
award of the tender to Actom and Steinmuller be set aside and that
the
decision to award the tender be remitted back to Eskom for
reconsideration.
41.
Having regard to the finding that the RFP was ambiguous and that it
was undisputed
that, besides Babcock, other tenderers had been
disqualified on the same basis as it had, it would be inappropriate
to only set
aside the award of the tender and remit it for
reconsideration by Eskom. The ambiguity had the effect of
disqualifying other tenderers
who may or may not have qualified for
the award of all or part of the tender. The fact that it was always
contemplated by all the
parties who are presently before the Court
that the tender would in fact have been split, means that any
decision which does not
accommodate the inclusion of those who were
affected in the manner Babcock was, may in itself be unjust.
42.
In determining what an
appropriate order is in circumstances such as the present matter, the
Constitutional
Court
held
in
Bengwenyama
Minerals
(Pty)
Ltd
v Genorah Resources (Pty)
Ltd (Bengwenyama-yeMaswati Royal Council lntervening)
[23]
:
"It would be
conducive to clarity, when making the choice of
a
just and
equitable remedy in terms of PAJA, to emphasise the fundamental
constitutional importance of the principle of legality,
which
requires invalid administrative action to be declared unlawful.
This would make it clear that the discretionary choice of
a
further just and equitable remedy follows upon the fundamental
finding.
The discretionary choice may not precede the finding
of invalidity.
The discipline of this approach will enable
courts to consider whether relief which does not give full effect to
the finding of
invalidity,
is
justified in the particular
circumstances of the
case
before it."
43.
In Allpay Consolidated
Investment Holdings (Pty) Ltd v Chief Executive Officer, South
African Social Security Agency
[24]
the Constitutional Court
expanded upon this:
"[32] This
corrective principle operates at different levels. First, it must be
applied to correct the wrongs that led to the
declaration of
invalidity in the particular
case.
This must be done by having
due regard to the constitutional principles governing public
procurement
as
well as the more specific purposes of the
Agency Act, Second, in the context of public procurement
matters
generally, priority should be given to the public good.
This
means that the public interest must be assessed not only in relation
to the immediate consequences of invalidity
-
in this
case
the setting aside of the contract between SASSA and
Cash
Paymaster- but also in relation to the effect of the order on
future procurement and social-security
matters.
[33] The primacy of
the public interest in procurement and social security
matters
must also be taken into account when the rights, responsibilities,
and obligations of all affected persons are assessed.
This
means that the enquiry cannot be one-dimensional.
It must have
a broader range."
44.
The role played by Eskom
in sustaining the very fabric and life of the Republic, cannot be
overstated.
It
is a matter of public record that the provision of electricity is
constrained.
The
purpose for which the present tender was awarded was to ensure the
continued and uninterrupted operation of Eskom's fleet of
coal fired
power stations.
Babcock,
Actom and Steinmuller have and will no doubt continue to play a
pivotal role in Eskom's delivery of electricity.
For
this reason, it would be imprudent to simply set aside the tender and
to interrupt the essential services being currently provided
by Actom
and Steinmuller.
Babcock
argued that if the tender was to be set aside but both Actom and
Steinmuller
were
to remain in situ pending a new tender process, that they should
forfeit any profit they would have earned in consequence.
This
argument was advanced on the basis that
"neither
contracting party should unduly benefit from what has been performed
under
a
contract
that no longer exists".
[25]
45.
However, both Actom and Steinmuller are commercial enterprises, the
viability and
profitability of which are essential to their provision
of maintenance and other services at the 15 power stations that are
serviced
between them. For this reason, it is similarly, in my view,
imprudent to interfere with the contracts in terms of which those
services
are currently rendered. In the present matter, the setting
aside of the award of the tender is not in consequence of any
impropriety
in the ordinary sense by either Eskom, Actom or
Steinmuller.
46.
This tender is to be set aside in consequence of the disqualification
of a tenderer
because of an ambiguity in the tender document. It was
never suggested by any of the parties that the award of the tender
was tainted
in any way with regards the price ultimately agreed
between Eskom, Actom and Steinmuller and for this reason, it can be
accepted
that the price (and whatever profit margin it includes) is
not in and of itself impeachable such that it would warrant the
forfeiture
of any profit there may be by either Actom or Steinmuller.
47.
In my view, it is appropriate that besides declaring the award of the
tender to be
unlawful and invalid, the order setting it aside should
be suspended pending the commencement and finalization of a new
tender
process.
48.
While the process in the present instance where the period between
the submission
of the tenders on 24 October 2018 and the award of the
tender on 7 October 2021, took some 3 years, the present
circumstances militate
in favour of the interests of all parties that
the process should be expedited and commenced and completed within a
period of 6
months.
49.
Given the nature of this particular matter it was a wise and
reasonable precaution
for the respective parties to have briefed two
counsel to represent them. While the main dispute was between Babcock
and Eskom,
and it is my view that the costs ought to follow the
result as between them, what of Actom and Steinmuller?
50.
Both did not take a supine approach to the matter and elect to abide
the decision
of the court. They both made common cause with Eskom in
resisting the challenge to the legality of both Eskom's
disqualification
of Babcock (and others) and the award of the tender
to themselves. They are both commercial enterprises which defended
their own
interests in the matter.
51.
They have benefited from the award of the tender and will, having
regard to the order
that I intend to make, continue to do so until a
new tender process is completed. For this reason and in the exercise
of my discretion
I am of the view that they should bear the costs of
the application together with Eskom.
A.
In the circumstances, it is ordered:
A.1
The decision of the Board of Directors of the first respondent
("Eskom")
to award tender CORP 4495 for maintenance
and outage repair services for boiler pressure parts and/or
maintenance and outage repair
services for high pressure pipework for
fifteen fossil-fired power stations
("the services")
to
the second and third respondents, taken on or about 7 October 2021,
is reviewed and set aside.
A.2
In consequence of the order in paragraph A.1, the contracts concluded
between Eskom and the second and
third respondents for the provision
of the services are declared unlawful and are reviewed and set aside.
A.3
Eskom is directed to conduct a fresh tender process in respect of the
services on the terms described
in paragraph A.5
("the fresh
tender process").
A.4
The order in paragraph A.2 is suspended pending the finalisation of
the fresh tender process or the
expiry of the time period referred to
in paragraph A.5 of this order for the finalisation of the fresh
tender process (whichever
is earlier), whereafter it will take
effect.
A.5
The fresh tender process is to be conducted and finalised in
accordance with the following timetable:
A.5.1 Eskom is to
formulate the terms of the fresh tender, and publish it, within
two
months
of the date of this Court's order.
A.5.2 Eskom is to
determine that the closing date for the tender should be no more than
two months
from the date on which it is published.
A.5.3 The tender is to be
evaluated within
two months
of the closing date of the tender.
A.5.4 Negotiations with
the successful tender(s) shall be conducted and concluded within
one
month
of the identification of the successful tenderer(s) as
envisaged in paragraph A.5.3 above.
A.5.5. The award of the
contract to the successful tender(s) shall be made within
one
month
of the conclusion of the negotiations described in
paragraph A.5.4 above.
A.5.6 Subject to
paragraph A.6 below, the time periods set out above shall not be
capable of being extended.
A.6
Any party may approach the Court on the same papers, amplified as
necessary, for an amendment to the
timetable in paragraph A.5 above
on good cause shown.
A.7
The first, second and third respondents are ordered to pay the
applicants taxed costs of the application
jointly and severally, the
one paying the others to be absolved.
A.8
The costs are to be taxed on the scale as between party and party and
are to include the costs consequent
upon the employment of two
counsel.
A
MILLAR
JUDGE
OF THE HIGH COURT
GAUTENG
DIVISION, PRETORIA
HEARD
ON:
11 OCTOBER 2022
JUDGMENT
DELIVERED ON:
17 NOVEMBER 2022
FOR
THE APPLICANT:
ADV A COCKRELL SC
ADV
A FRIEDMAN
INSTRUCTED
BY:
BOWMAN GILFILLAN ATTORNEYS
REFERENCE:
MS L LUDICK/6212412
FOR
THE FIRST RESPONDENT:
ADV A FRANKLIN SC
ADV
P SMITH
INSTRUCTED BY:
CHEADLE THOMPSON & HAYSOM INC
REFERENCE:
MS K NORVAL/ESK20014
FOR
THE SECOND RESPONDENT:
ADV J BABAMIA SC
ADV
K ILES
INSTRUCTED
BY:
PINSENT MASONS SOUTH AFRICA INC
REFERENCE:
MR J SMIT
FOR
THE THIRD RESPONDENT:
ADV A BOTHA
ADV
H MARTIN
INSTRUCTED
BY
WERKSMANS ATTORNEYS
REFERENCE:
MS J SMIT/STEI32637.12
[1]
The facilities located at Hendrina, Kendal, Lethabo and Matla.
[2]
"(1) When an organ of state
in the national, provincial or local sphere of government,
or any
other institution identified in national legislation, contracts for
goods or services, it must do so in accordance with
a system which
is fair, equitable, transparent, competitive and cost-effective.
(2)
Subsection (1) does not prevent the organs of state or
institutions referred to in that subsection from implementing a
procurement
policy providing for-
(a)
Categories of preference in the allocation of contracts; and
(b)
The protection of advancement of persons, or categories of persons,
disadvantaged by unfair discrimination.
(3)
National legislation must prescribe a framework within which
the policy referred to in subsection (2) must be implemented."
[3]
The full citation for the case is Waco Africa (Pty) Limited ta
SGS-Cape v Eskom SOC Limited and Others; TMS Group Industrial
Services (PTY) Limited v Eskom SOC Limited and Others, Southey
Contracting (PTY) Ltd v Eskom SOC Limited and Others (5798/2021;
290/2022; 3047/2022) [2022] ZAGPJHC 631 (2 September 2022)
[4]
Westinghouse Electric Belgium SA v Eskom Holdings (SOC) Ltd and
Another
2016 (3) SA 1
(SCA) at paragraph 43 where it was held that
a
"tender
invitation, which sets out the evaluation criteria, together with
the constitutional and legislative procurement
provisions,
constitute the legally binding framework within which tenders have
to be submitted, evaluated and awarded. There
is no room for
departure from these provisions." Referring to Al/pay paragraph
38
(paragraph
27 and footnote 12 infra)
[5]
See Section 2(1) of the Procurement Act.
[6]
The purpose for which PAJA was enacted which reads in full - "To
give effect to the right to administrative action that
is lawful,
reasonable and procedurally fair and to the right to written reasons
for administrative action as contemplated in
section 33 of the
Constitution of the Republic of South Africa, 1996 and to provide
for matters incidental thereto."
[7]
'The
action
was
procedurally
unfair'
[8]
There are a number of further instances for example item 1.4
requires a "letter of intent to form a JV/consortium form",
item 1.11 requires "Failure on the part of the supplier to
submit a valid current certificate for purposes of evaluation
and
scoring by the tender closing deadline will result in
disqualification", item 1.12 requires "Tenderers must,
where subcontracting is a pre-qualification requirement, submit
proof of signed subcontracting intent agreement".
[9]
The Shorter Oxford English Dictionary, Vol I, Oxford Press 6
th
Edition, 2007 page 375 -
used in this context as a noun meaning
'A
document in which a fact is formally certified or attested; esp. one
attesting status'
[10]
ibid
-
used in this context as a verb meaning
'The
action or an instance of certifying the truth'
[11]
The certificates which were enclosed reflected their validity from
30 July 2012 up 29 July 2020.
[12]
2014 (1) SA 604
(CC) at paragraph 40
[13]
2012 (4) SA 593
(SCA) at paragraph 18; see also University of
Johannesburg v Auckland Park Theological Seminary
2021 (6) SA 1
(CC)
at paragraphs 27-30.
[14]
Paragraph 25 supra
[15]
Waco supra at paragraph 6
[16]
See paragraph 8 supra
[17]
See Metro Projects CC and Another v Klerksdorp Local Municipality
and Others
2004 (1) SA 16
(SCA) at paragraph 13 provided that
whatever is done
"may
not cause the process to Jose the attributes of fairness."
[18]
[2014] 1 ALL SA 545
(SCA); 2013 JDR 2728 (SCA)
[19]
2018 JDR 1295 (SCA)
[20]
The splitting of a tender amongst more than one successful bidder
was found to be permissible - see South African Container Stevedores
(Pty) Ltd v Transnet Port Terminals 2011 JDR 0357 (KZD) and cited
with approval in Waco supra.
[21]
The Section inter alia empowers a court to set aside the
administrative action (section 8(1)(c)) or to make any order that is
just and equitable (section 8(2))
[22]
This was the relief sought in the original Notice of Motion issued
on 23 December 2021.
[23]
2011 (4) SA 113
(CC) at paragraph 84
[24]
2014 (4) SA 179
(CC) at paragraphs 32 - 33
[25]
Central Energy Fund SOC Ltd v Venus Rays Trade (Pty) Ltd
2022 (5) SA
56
(SCA) at paragraph 39
sino noindex
make_database footer start
Similar Cases
N.T Makhubele Enterprises CC and Others v Business Partners Ltd and Others (30109/2022) [2022] ZAGPPHC 559 (27 July 2022)
[2022] ZAGPPHC 559High Court of South Africa (Gauteng Division, Pretoria)99% similar
NT Makhubele Enterprises CC and Others v Business Partners Limited and Others (48567/2014; 29708/2018) [2022] ZAGPPHC 244 (17 March 2022)
[2022] ZAGPPHC 244High Court of South Africa (Gauteng Division, Pretoria)99% similar
Ntsako N.O and Another v Mthembu and Others (021190/2024) [2024] ZAGPPHC 780 (14 August 2024)
[2024] ZAGPPHC 780High Court of South Africa (Gauteng Division, Pretoria)99% similar
Nonxuba v South African Legal Practice Council and Another (11897/2022) [2022] ZAGPPHC 750 (6 October 2022)
[2022] ZAGPPHC 750High Court of South Africa (Gauteng Division, Pretoria)99% similar
Ndlangamandla v S [2023] ZAGPPHC 418; A145/2022 (24 April 2023)
[2023] ZAGPPHC 418High Court of South Africa (Gauteng Division, Pretoria)99% similar