Case Law[2025] ZAWCHC 24South Africa
Member of the Executive Council for Health, Western Cape v Tullis Laundry Solutions and Another (A216/2022) [2025] ZAWCHC 24 (21 January 2025)
High Court of South Africa (Western Cape Division)
21 January 2025
Headnotes
Summary -The appeal involves a dispute between the Member of the Executive Council (MEC) for Health, Western Cape, and Tullis Laundry Solutions, with Amlazi Equipment Services (Pty) Ltd as the second respondent regarding the supply, installation, and maintenance of laundry equipment. The Court a quo per Nuku, J found that the MEC's evaluation process lacked objective criteria to justify awarding the tender to a bidder other than the highest scoring one.
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: Western Cape High Court, Cape Town
South Africa: Western Cape High Court, Cape Town
You are here:
SAFLII
>>
Databases
>>
South Africa: Western Cape High Court, Cape Town
>>
2025
>>
[2025] ZAWCHC 24
|
Noteup
|
LawCite
sino index
## Member of the Executive Council for Health, Western Cape v Tullis Laundry Solutions and Another (A216/2022) [2025] ZAWCHC 24 (21 January 2025)
Member of the Executive Council for Health, Western Cape v Tullis Laundry Solutions and Another (A216/2022) [2025] ZAWCHC 24 (21 January 2025)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAWCHC/Data/2025_24.html
sino date 21 January 2025
FLYNOTES:
ADMINISTRATIVE
– Tender –
Functionality
–
Evaluation
criterion – Lack of pre-defined and objective criteria –
Allowed for subjective opinions and potentially
biased information
– Tender documents failed to specify evaluation criteria,
points and thresholds for functionality
– Created an unfair
process – Evaluation process was flawed due to lack of
objective criteria for assessing functionality
– Procedural
irregularities in evaluating deviations – Appeal dismissed.
IN
THE HIGH COURT OF SOUTH AFRICA
WESTERN
CAPE DIVISION, CAPE TOWN
APPEAL
CASE NO: A216/2022
COURT
A QUO
CASE NO: 5106/2021
In
the application between
MEMBER OF THE
EXECUTIVE COUNCIL
FOR HEALTH,
WESTERN CAPE
APPELLANT
(FIRST RESPONDENT
a
quo
)
And
TULLIS LAUNDRY
SOLUTIONS
FIRST RESPONDENT
(APPLICANT
a
quo
)
AMLAZI EQUIPMENT
SERVICES (PTY) LTD
SECOND RESPONDENT
Date
of hearing: 8 November 2024
Date
of judgment: Judgment delivered electronically on 21 January 2025
JUDGMENT
Summary
-The appeal involves a dispute between the Member of the
Executive Council (MEC) for Health, Western Cape, and Tullis Laundry
Solutions,
with Amlazi Equipment Services (Pty) Ltd as the second
respondent regarding the supply, installation, and maintenance of
laundry
equipment. The Court
a quo
per Nuku, J found that the
MEC's evaluation process lacked objective criteria to justify
awarding the tender to a bidder other
than the highest scoring one.
The
appeal was dismissed for the following key reasons:
1.
Lack of Objective Criteria:
o
The tender evaluation process lacked clear, predefined, and objective
criteria
for assessing functionality, its initial threshold role and
beyond.
o
Functionality was improperly used as a subjective factor in the final
award
decision, contrary to the Preferential Procurement Policy
Framework Act (PPPFA) and relevant regulations.
2.
Procedural Irregularities:
o
The evaluation process fused the initial functionality assessment
with subsequent
award criteria, leading to inconsistencies and
subjectivity.
o
Tullis' bid was treated as acceptable during the initial evaluation
but
later penalized for deviations without clear, stipulated
criteria.
3.
Non-Compliance with Regulations:
o
Regulation 5 of the Preferential Procurement Regulations (2017)
requires
functionality criteria, points, and thresholds to be
explicitly stated in the tender documents. These were absent, making
the process
procedurally unfair.
4.
Unfair Advantage to Amlazi:
o
The evaluation process favoured Amlazi, based on subjective opinions
formed
during site visits and interviews, without tying these
assessments to objective, pre-disclosed criteria.
VAN
DEN BERG, AJ
[1]
Functionality is the quality of being useful, practical, and suitable
for the purpose
for which something was made, or the quality of being
suited to serve a purpose well. In the sphere of procuring goods or
services
for the state, functionality may also indicate a bidder's
experience or the quality and reliability of the goods tendered.
Functionality
has a specific role in public procurement as a quality
criterion. Functionality sets the bar for a tender to be responsive
or acceptable
[1]
. However, the
question arises as to whether functionality could also serve as
objective award criteria for awarding a contract
to a bidder other
than the highest scoring one. If functionality could be applied as
such, at what stage of the bidding process
may it be used? These are
some of the aspects that are relevant to this appeal that deal with
the awarding of a bid for the supply,
delivery, installation,
testing, and commissioning of laundry equipment for the Tygerberg
Hospital.
[2]
The Member of the Executive Council for Health, Western Cape (
'the
MEC’
), appeals against the decision of the High Court of
South Africa, Western Cape Division, Cape Town, delivered by Justice
Nuku,
on 5 October 2021. Leave to appeal to this Court was granted by
the Supreme Court of Appeal on 14 October 2023. Central to the appeal
is the review and setting aside of the appellant's decision to award
Bid WCGHCC0232/2020 ("the Bid") to the second respondent,
Amlazi ("Amlazi"). The first respondent ("
Tullis
")
challenged the award of the Bid to Amlazi.
[3]
Tullis was successful and the Court reviewed and set aside the
decision taken by the
appellant (the MEC) to award the tender for the
supply, delivery, installation, testing, and commissioning of 3
(three) laundry
lines at the Tygerberg Hospital. The Court declared
the contract concluded between the MEC and Amlazi invalid and ordered
that
the matter be remitted to the MEC so that the procurement
process could commence afresh without unreasonable delay. The Court
also
gave directions that the procurement process, if it is to be
evaluated based on functionality, must comply with the provisions of
Regulation 5 of the Preferential Procurement Regulations, 2017 ("
the
Regulations
") published in terms of the Preferential
Procurement Policy Framework Act, 5 of 2000 ("PPPFA"). The
declaration
of invalidity was suspended pending the remittal of the
procurement process to the MEC.
[4]
Tullis challenged the award of the Bid to Amlazi on several
procedural and substantive grounds.
Ultimately, the dispute, in
essence, relates to the specification, use, and application of
functionality when awarding the bid.
On appeal, the following issues
had to be decided:
[4.1]
What was Tullis' pleaded case in its founding papers in the review
application, and did the court
order go beyond what was pleaded?
[4.2]
Did Tullis impugn the tender conditions based on the vagueness of the
tender conditions?
[4.3]
The difference between responsive Bids, deviations, and the stage at
which the functionality enquiry
was conducted.
[4.4]
The just and equitable remedy granted by the Court.
[4.5]
Did the MEC pre-empt the appeal?
THE
TENDER PROCESS
[5]
The Bid concerns the supply, delivery, installation, testing, and
commissioning of
laundry equipment for the Tygerberg Hospital. The
need for the Bid arose because the Tygerberg Central Laundry was
experiencing
challenges with ageing equipment, which impacted the
provision of an efficient and quality laundry and linen service. The
Bid envisaged
the modernisation of the Tygerberg Central Laundry over
3 (three) years at a total contract value of R122,185,060 (including
VAT).
The Tygerberg Central Laundry processes the laundry of 38
institutions, including Tygerberg Hospital, Karl Bremer Hospital, and
Somerset Hospital. The laundry has three washing lines, each
consisting of a tunnel washing machine, ironer, garment finisher,
blanket and towel folder. The average life span of some of the
equipment is more than twenty-five years with the highest cost driver
being maintenance on outdated machinery. The needs and demands in
respect of laundry service are substantial and integral to health
service in the province.
[6]
The MEG issued the tender on 16 July 2020, with the closing date
being 21 August 2020.
The closing date was extended to 14 September
2020. Tullis and Amlazi and two other tenders submitted Bids. Tullis
submitted a
Bid for a total amount of R95,429,200.44, whereas
Amlazi's Bid was for an amount of R122,185,060.00. Mzwalo Investments
(Pty) Ltd
trading as Lumacon Airconditioning ("
Mzwalo
")
tendered a price of R171,958,008. 79 and Zamil Engineers and
Contractors CC ("
Zamil'
) offered a price of
R198,526,950.13.
[7]
The invitation to bid was subject to the General Conditions of
Contract ("GCC").
Paragraph 5 of the pre-amble to the
invitation to bid advised the prospective bidders that:
"This bid will be
evaluated on the Bidder's proven ability to provide the service i.e.
infrastructure, technical and operational
capacity as well as the
90/10 Preference Procurement Points System as provided for in the bid
document."
[8]
The MEC further indicated that all equipment covered by the
specification would be
purchased from one successful bidder. In
Section 3 of the GCC, paragraph 3.11.4 the MEC reserved the right not
'... to accept the
lowest or any bids and reserves the right to
accept the proposal which it deems to be in the best interest of the
WCGH even if
it implies a waiver by the Department of certain bid
requirements which the Department considers to be of minor importance
and
not complied to within the proposal'. However, no specification
was made in the tender documents as to the evaluation criteria for
measuring functionality, the points for each criteria or the minimum
qualifying score for functionality. The bid document does
not specify
these issues or that the Bids would be evaluated on functionality.
The invitation to bid further invited the bidders
to state if their
offer complied with the specifications. If a bidder indicated that
its bid did not comply, they were invited
to provide an explanation.
Tullis noted that it did not comply with all of the specifications
since they offered different machinery
performing the same functions.
The MEC further explained that not all deviation would automatically
render a bid non-compliant
or non-responsive.
[9]
On 14 August 2020, a compulsory site meeting was held at the
Tygerberg Central Laundry
to grant potential service providers the
opportunity to raise questions concerning the requirements and any
other related matters.
This compulsory site meeting must be
distinguished from the inspection visits, or reference site
investigations subsequently conducted
by three members of the BEC at
two of the bidders' local offices and installation reference sites in
Johannesburg and Pretoria
during which the equipment supplied by
Tullis and Amlazi was compared and evaluated in terms of a
questionnaire and discussions
with laundry managers and officials.
[2]
[10]
The Bid Evaluation Committee ("
BEC
")
evaluated the 4 (four) Bids and prepared a memorandum dated 19
November 2020. The BEC decided regarding the Bids submitted
by Mzwalo
and Zamil that:
"The offers of two
highest bidders were found non-compliant for the reasons indicated in
the attached evaluation sheet and
their pricing is exorbitant. It
appears from the evaluation schedule that Mzwalo is listed on the
National database of companies
or persons prohibited from doing
business with the public sector and that it had no experience.
Zamil's bid was unsigned and had
no experience and provided no
references regarding the provision of laundry services and
machinery."
[11]
It stands to reason that the BEC deemed Amlazi and Tullis' bids to be
'compliant' and thus acceptable.
The BEC did not reject Amlazi and
Tullis' bids as being 'non-compliant'. This is important since it is
common cause that Tullis'
bid deviated in 12 respects from the bid
specifications and that the BEC would subsequently find that 11 of
the deviations were
material.
[12]
It further appears from the BEC's memorandum, as mentioned earlier,
that 3 of its members were
nominated to conduct site inspection
visits to the recommended bidders' local offices and installation
reference sites in Johannesburg
and Pretoria, as indicated in their
bids.
[13]
The BEC memorandum reports in paragraph 1.5 that:
"The purpose of
these reference site visits was to see the equipment offered in
production and speak to the Laundry Managers
regarding their
experience with the companies Amlazi and Tullis with regard to their
maintenance and spares lead times, technicians'
availability,
frequencies of downtimes and breakages on different models of
equipment."
[14]
Meetings were arranged where the representatives of Amlazi and Tullis
were required to make presentations
regarding the history of the
companies, all aspects of their businesses, and the equipment they
had offered in their bids. The
institutions that Amlazi and Tullis
referenced were also visited to observe the equipment at work and
speak to the Laundry Managers.
For purposes hereof, a questionnaire
was developed, which was used during the site inspections to compare
and/or evaluate the two
companies.
[15]
Paragraphs 1.6 to 1.15 of the BEC memorandum regarding the evaluation
of the equipment offered
by the two companies (Amlazi and Tullis)
recorded the following:
"1.6. The equipment
supplied by the two companies Tullis and Amlazi was
compared/evaluated in terms of the above and based
on discussions
with the Laundry Managers and officials of the Infrastructure
Development (Department of Public Works Gauteng) regarding
complaints
on the Jensen equipment offered by Tullis. Laundries must wait
sometimes up to 4-6 weeks for Jensen spares to arrive
from Germany
and 7 days or more for the technician to attend to breakdowns.
1.7.
The Department of Infrastructure Development advised that Tullis have
(sic) four technicians
but only one experienced trained technician on
this specific equipment and sometimes rely on assistance from Amlazi
to do the maintenance
on some of their Jensen machines if their
technician is not available or do not have the knowledge to repair or
install the specific
model of Jensen/Senking equipment.
1.8.
This would influence service delivery if the laundry equipment is not
kept in optimal production
status and therefore would be an
operational risk for the Department to appoint Tullis.
1.9.
The Kannegiesser equipment supplied by Amlazi is more reliable and
spares are always available.
Amlazi provides excellent service with
30 (thirty) years' experience on Kannegiesser and Jensen equipment.
Amlazi installed 20
(twenty) Jensen/Senking and 11 (eleven)
Kannegiesser tunnel washers so far and have 4 (four) trained
technicians in Cape Town and
6 (six) in Gauteng. A technician is
always available on short notice and after hours, with the result
that equipment does not have
long downtimes. Tullis does not have
enough knowledge about the Jensen/Senking equipment they offered,
does not work after hours
and mainly concentrates on sales rather
than on service of equipment. Tullis is a division of Lead Laundry &
Catering and concentrates
mainly on the sale of catering equipment
and on-premise stand alone washing machines to hotels, state,
and private hospitals.
Amlazi also have a service contract with
Pretoria Private Laundry and the manager reported excellent services
from Amlazi and all
equipment was in good working condition.
1.10. At the
Chris Hani Baragwanath hospital, the laundry manager indicated that
they experience a problem with the
sensors on the Jensen/Senking
equipment as well as with water pressure that is a common problem
with Jensen/Senking equipment.
The Kannegiesser equipment have a
longer service life than Jensen and therefore less breakdowns. The
Jensen equipment provides
more problems [than] the (sic) Kannegiesser
equipment and, therefore, the Kannegiesser equipment is preferred by
all the laundries
that the BEC members visited.
1.11. At
Masakhane Laundry, officials from the Department of Infrastructure
Development indicated that they are in the
planning phase to change
the PLC panels of the Jensen machines to Siemens control panels with
the assistance of Amlazi. The Department
of Infrastructure
Development are responsible for the co-ordination of all maintenance
relating to all the Gauteng Department of
Health's equipment,
including laundry equipment.
1.12. In
terms of pricing of spares, Amlazi is flexible, prices can be
negotiated. Amlazi and does not charge for certain
parts, while
Tullis/Lead is not prepared to negotiate on any spares pricing.
Furthermore, the Jensen/Senking spares are more expensive
than
Kannegiesser and not always available.
1.13. It was
identified by the BEC members that most of the equipment installed by
Tullis are maintained by Amlazi technicians.
1.14.
Furthermore,
Tullis
indicated several deviations from the equipment specifications. This
is not acceptable. The BEC have discovered with our
site visits that
all the deviations have not a positive impact on productions. The
tumble drvers will have more moving parts, and
will need more
maintenance, and will be a high-cost factor. The hangers are not
suitable because its (sic) plastic and replacement
will be more
frequently. Mostly we have discovered no robo folders because of high
breakage of hangers. The deviations have a higher
cost implication
and that is why we cannot accept the deviations because our
specifications are based on previous experience and
it proofs (
sic
)
successful.
[3]
1.15. In
conclusion, in terms of the discussions and observations at these
reference sites, we are satisfied that Amlazi
has the capacity,
technical expertise available, and turnaround times to render the
equipment, maintenance, and servicing as per
the specified
requirements. Amlazi has already proven its capacity with the current
maintenance contracts at Pretoria Private Laundry,
Tygerberg and
Lentegeur Laundries and it provides excellent service. Amlazi has
more than enough capacity to provide the maintenance
and servicing of
the equipment, with 10 trained technicians available countrywide and
4 permanently based in Cape Town. We could
not identify any reference
to service contracts with Tullis Solutions ..."
[16]
Despite recording the aforesaid information in detail, the BEC
recommended in paragraph 5 of
the 'BID EVALUATION COMMITTEE APPROVAL
OF RECOMMENDATION' as follows:
'5 SITE VISIT FEEDBACK
The BEC noted DBAC
members concerns on the feedback from site visits in particular the
lack of formal written feedback from official
engaged by BEC
representatives on the site visits.
The BEC noted the
feedback from BEC representatives on the poor maintenance track
record of Tullis installation sites.
The BEC also noted
feedback from BEC representatives that officials engaged on the site
visits were hesitant to provide formal written
feedback on the poor
maintenance track record ofTulls installation sites.
The BEC resolved that in
the absence of formal written feedback from officials engaged by BFC
representatives on the site visits
that the site visit feedback will
be noted as a concern and will not used in the BEC decision making
process to recommend a bidder
as the site visit feedback may be
regarded as hearsay in a legal challenge.'
[17]
The BEC's memorandum was submitted to the Bid Adjudication Committee
("
BAC
"),
which requested,
inter
alia
, a
list of deviations by Tullis from the Bid equipment specifications..
The BEC prepared a further memorandum ("
the
second BEG memorandum
"),
which sets out each of the deviations and what the BEC considered to
be the impact of the said deviations
[4]
.
In weighing up the deviations, the BEC relied upon the investigation
and conclusions reached by the reference site inspection
delegation,
as is recorded in paragraph 1.14 of the BEC Memorandum quoted above.
This, in turn, led to the decision recorded in
the second BEC
memorandum that:
"The laundry
equipment technical experts in the BEC reviewed the Tullis deviations
and have confirmed that these would result
in operational and
maintenance challenges which will negatively impact service delivery.
…The Tullis deviations are therefore
not acceptable. "
[18]
On 18 January 2021, the BEC adopted a resolution in terms of which
Amlazi was recommended for
the award of the Bid subject to
negotiation being completed by 22 January 2021. Amlazi was informed
on 4 February 2021 that its
Bid had been accepted and Tullis was
informed on 9 February 2021 that its Bid had been unsuccessful.
Tullis' attorneys exchanged
correspondence with the appellant and the
review application followed. In Tullis' founding affidavit, the
awarding of the tender
is attacked on the following basis:
28.
... Despite Tullis' tendered equipment and BBBEE status being
equivalent, and notwithstanding
Tullis' price being markedly
superior, the Department awarded the tender to Amlazi.
29.
This is, firstly, inconsistent with
section 2(1)(f)
of the
Preferential Procurement Policy Framework Act 5 of 2000
. It provides
in peremptory terms that a "contract must be awarded to the
tenderer who scores the highest points, unless objective
criteria ...
justify the award to another tenderer." In tum, Regulation 11(2)
of the Preferential Procurement Regulations
(prescribed pursuant to
Act 5 of 2000) requires that "[i]f an organ of state intends to
apply objective criteria in terms
of section 2(1)(f) of the Act, the
organ of state must stipulate the objective criteria in the tender
documents." No objective
criteria had been identified in the
bid. Instead, the bid itself specifically refers to regulation 11 of
the preferential procurement
regulations, reiterating that "the
bidder obtaining the highest number of total points will be awarded
the contract."
I refer in this respect to clause 3.1 of WCBD
6.1, which forms an integral part of Bid WCGHGC0232/2020. To the
extent that paragraph
3.11.4 of section 3 (containing the general
conditions on p. 74 of 120 of the tender documentation) might be
construed as purporting
to reserve a right to award the tender to a
different bidder, the department has no such right to reserve (as the
Constitutional
Court observed in a related situation), I am advised.
This applies particularly in circumstances where the subsequent
provision
(paragraph 3.12 of the same section and on the same page)
sets out the only evaluation criteria. It reads: "The bids will
be evaluated according to the 90/10 Procurement Preference Points
System. See the attached WCBD 6.1." Thus the only evaluation
criteria governing the tender were preferential procurement points
and price.
[17]
The MEG answered as follows to paragraph 29 of Tullis' founding
affidavit:
"193. Save for
admitting (to the extent that they are correctly quoted), the
statutory and regulatory provisions referred to
herein, I deny the
remaining allegations in this paragraph.
194. As
regards the application of the statutory provisions and the
Regulations to the facts of this matter, I
say the following:
194.1.
First
,
before the issue of scoring the highest points arises, the Bidder
must be compliant with the bid specifications. It is common
cause
that Tullis was not and that it sought no less than twelve
deviations.
194.2.
Second
, the
exception in respect of the objective criteria to justify the award
to another tenderer does not arise. The facts are these:
While
Tullis' tender was some R23 million lower than that of Amlazi, Tullis
did not meet the bid specifications.
194.3.
Third,
Tullis is mistaken, it is not correct that "the only evaluation
criteria governing the tender were preferential procurement
points
and price." I point out in this regard that clause 4 of the
General Conditions of Contract (FA, Annexure B4, p 114)
states in
terms: "The goods supplied shall conform to the standards
mentioned in the bidding documents and specifications".
194.4.
Fourth
,
what Tullis seeks to do, is to use a review mechanism to unseat a
reasonable, objective, impartial and carefully considered decision
to
appoint a compliant bidder (Amlazi). To achieve its ends, Tullis
unjustifiably and impermissibly incorporates and imposes its
own
specifications in the place of the bid specifications as imposed."
[18]
In opposing the review application, the MEC dispelled the notion that
only price and preference
procurement points were considered in
evaluating the Bids in stating as follows:
"I also point out
that the bid price is not the only major consideration. Functionality
and meeting the requirements of the
bid specification must be met
before the issue of price arise."
LEGAL
POSITION
[19]
Section 217 of the Constitution serves as the foundation upon which
this appeal must be decided
in light of the relevant legislative
provisions. In
Millenium
Waste Management (Pty) Ltd v Chairperson of the Tender Board Limpopo
Province and others
,
[5]
Jafta JA stated:
"The final
Constitution lays down minimum requirements for a valid tender
process and contracts entered into following an award
of tender to a
successful tenderer (s217). The section requires that the tender
process, preceding the conclusion of contracts
for the supply of
goods and services, must be 'fair, equitable, transparent,
competitive and cost-effective'. Finally, as the decision
to award a
tender constitutes administrative action, it follows that the
provisions of the Promotion of Administrative Justice
Act (PAJA)
apply to the process. This is the legislative background against
which the present matter must be considered."
[20]
The PPPFA contains the following relevant provisions in furtherance
of the aforesaid constitutional
objectives and requirements:
[20.1] The term
"
acceptable
tender
''
is defined as "
any
tender which, in all respects complies with the specifications and
conditions of tender as set out in the tender document
.''
[6]
[20.2] The term
"
functionality
" is defined in Regulation 1 of the
Preferential Procurement Regulations, 2017 published in Government
Gazette 32 of 2017 which
applied at the time of the award of the
tender that functionality is "...
an ability of a tenderer to
provide goods or services in accordance with specifications as set
out in the tender documents
."
[21]
There is, therefore, a clear overlap between the term "
acceptable
tender
" and "
functionality
".
[22]
In terms of Regulation 4 (as it applied at the relevant time), an
organ of State must indicate
in the invitation to submit a tender:
[22.1] If that tender
will be evaluated on functionality.
[22.2] That the
evaluation criteria for measuring functionality are objective.
[22.3] The evaluation
criteria, weight of each criterion, applicable values and minimum
qualifying score for functionality.
[22.4] That no tender
will be regarded as an acceptable tender if it fails to achieve the
minimum qualifying score for functionality
as indicated in the tender
invitation, and
[22.5] That tenders that
have achieved the minimum qualifying score for functionality must be
evaluated further in terms of the
applicable prescribed point system.
[23]
Regulation 5 of the Procurement Regulations reads as follows:
"(1) An organ of
state must state in the tender document if the tender will be
evaluated on functionality.
(2)
The evaluation criteria for measuring functionality must be
objective.
(3)
The tender document must specify-
(a)
The evaluation criteria for measuring functionality.
(b)
The points for each criteria and, if any, each sub-criterion; and
(c)
The minimum qualifying score for functionality.
(4)
The minimum qualifying score for functionality for a tender to be
considered further-
(a)
Must be determined separately for each tender; and
(b)
May not be so low that it may jeopardise the quality of the required
goods or service or
high that it is unreasonably restrictive.
(5)
Points scored for functionality must be rounded off to the nearest
two decimal places.
(6)
A tender that fails to obtain the minimum qualifying score for
functionality as indicated
in the tender document is not an
acceptable tender.
(7)
Each tender that obtained the minimum qualifying score for
functionality must be evaluated
further in terms of price and the
preference points system and any objective criteria envisaged in
regulation 11."
[24]
Section 2(1)(f) of the PFA provides that the contract must be awarded
to the tenderer who scores
the highest points, unless objective
criteria justify the award to another tenderer. In line herewith,
Clause 3.1 of the GCC provides
regarding adjudication using a point
system: '... Subject to Regulation 11 of the Regulations, the bidder
obtaining the highest
number of total points will be awarded the
contract.'
[25]
In
Rainbow
Civils CC v Minister of Transport and Public Works, Western Cape and
others
,
[7]
the Court stated:
"Functionality as it
is variously defined in the Tender Document, concerns the ability of
the tenderer to deliver what is required,
to meet the needs of the
tender, to deliver a service or commodity which is fit for purpose.
It is based on the objectively measurable
criteria of experience and
standing, capability and resources. As such it has direct bearing on
the question of whether a tender
is cost effective, i.e. whether
it yields the best possible value for money. To my mind it is
self-evident that it is not
cost effective to award a tender to a
party who ticks the right boxes as regards price and preference, but
is unable to get the
job done properly- whether through lack of
experience, adequate personnel or financial resources."
[26]
Rainbow Civils suggests that functionality can serve more than a
"
gatekeeping
"
function and can be taken into account a second time around after a
tenderer has been evaluated on price and preference where
it may not
have achieved the highest scores, but demonstrated a superior ability
to provide the relevant goods and service. This
dual role of
functionality as an assessment tool in decidi.ng upon the
responsiveness or acceptability of a tender opposed to its
broader
general application has not yet been resolved by the Courts. In
Nexus
Forensic Services v SASSA
[8]
the Court disagreed with
the reasoning in Rainbow Civils. In Nexus, Van Niekerk AJ sets out
the history of this controversial issue
and refers to the decision in
Sizabonke
Civils CC trading as Pilcon Proiects v Zululand District
Municipality
,
[9]
which effectively rejected the use of functionality as an award
criteria. In Nexus, it was held that the provisions of section
2(1)(f) of the PPPFA are clear, namely that the objective criteria
referred to therein must be additional criteria, in other words
these
must be criteria over and above those which have already received
consideration as specific goals in terms of section 2(1)(d)
and (e)
of the PPPFA.
[27]
The Court, therefore, rejected in Nexus the dual application of
functionality as part of our
law. Functionality should be assessed as
a qualification criterion in the first stage of adjudication, with
only bidders obtaining
the minimum threshold score for functionality
proceeding to the second round of adjudication, where only price and
preference points
will be taken into account in ranking bidders.
[28]
Section 2(1)(f) of PPPFA only permits the consideration of objective
criteria in determining
a tender. This raises the question as to
whether the site visits conducted by the BAC, the representations,
and the subsequent
adjudication by the BEC and BAC were objective.
Again, a distinction needs to be drawn between an opinion formed by
the members
of the BAC and objective criteria.
[29]
In
Walele
v City of Cape Town
,
[10]
the following is stated in the majority judgment:
"If indeed the
decision-maker was so satisfied on the basis of these three
documents, his satisfaction was not based on reasonable
grounds. The
documents fall far short as a basis for forming a rational opinion.
Nor does the mere statement by the City to the
effect that the
decision-maker was satisfied suffice. In the past, when
reasonableness was not taken as a self-standing ground
for review,
the City's
ipse dixit
could have been adequate. But that is no
longer the position in our law. More is now required if the
decision-maker's opinion is
challenged on the basis that the
subjective precondition did not exist. The decision-maker must now
show that the subjective opinion
it relied on for exercising power
was based on reasonable grounds. In this case, it cannot be said that
the information, which
the City admitted had been placed before the
decision-maker, constituted reasonable grounds for the latter to be
satisfied."
[30]
The MEC acted on the basis of the findings and recommendations by the
BAC's officials who attended
the site inspections and listened to the
representations by the two tenderers and other officials. If the MEC
wished to award the
tender to an entity other than which scored the
highest points in terms of section 2(1)(f), not only must this
decision be based
on objective criteria, but the objective criteria
must also be fleshed out in the tender documents or the invitation of
tender.
Allowing subjective criteria to be used as an overall
spanning functionality test will be at odds with section 2(1)(f) of
the PPPFA
read together with the regulations.
[31]
In
Q
Civils (Pty) Ltd v Mangaung Metropolitan Municipality and others
,
[11]
the Court stated:
"Objective criteria
with reference to s 2(1)(t) of the PPPFA referred to supra can be
defined as those (a) not listed in paragraphs
(d) and (e) of section
2(1) of the PPPFA, (b) which are objective in the sense that these
can be ascertained objectively and their
existence or worth does not
depend on someone's opinion and (c) bear some degree of rationality
and relevance to the tender or
project."
[32]
The decision-maker may not view or consider information which was
never asked from the tenderers.
The decision-maker can, therefore,
only view the information put before it. Otherwise, it may lead to
subjective factors being
taken into consideration. This may lead to
what the Court described in
Q
Civils
as
"
it
is well known that when subjective factors walk in the door,
rationality flies out of the window
".
The objective criteria justifying the awarding of a tender to a
tenderer other than the one with the lowest tender should
not
cause the process to lose the
attributes of fairness, transparency, competitiveness,
and cost-effectiveness. In
South
African National Roads Agency Limited v Tol Collect Consortium
,
[12]
Wallis JA (as he was
then) held:
'[20] As to objectivity,
which is an aspect of the constitutional requirement that the public
procurement process be fair, it requires
that the evaluation of the
tender be undertaken by means that are explicable and clear and by
standards that do not permit individual
bias and preference to
intrude. It does not, and cannot, mean that in every case the process
is purely mechanical. There will be
tenders where the process is
relatively mechanical, for example, where the price tendered is the
only relevant factor and the competing
prices are capable of ready
comparison. The application of the formula for adjudicating
preferences under the PPPFA may provide
another example. However, the
evaluation of many tenders is a complex process involving the
consideration and weighing of a number
of diverse factors. The
assessment of the relative importance of these requires skill,
expertise, and the exercise of judgment
on the part of the person or
body undertaking the evaluation. That cannot be a mechanical process.
The evaluator must decide how
to weigh each factor and determine its
significance in arriving at an appropriate decision. Where that
occurs it does not mean
that the evaluation is not objective.
Provided the evaluator can identify the relevant criteria by which
the evaluation was undertaken
and the judgment that was made on the
relative importance and weight attached to each, the process is
objective and the procurement
process is fair.
[21] Where the evaluation
of a tender requires the weighing of disparate factors it will
frequently be convenient for the evaluator
to allocate scores or
points to the different factors in accordance with the weight that
the evaluator attaches to those factors.
But the adoption of such a
system, without its being disclosed to tenderers in advance, does not
mean that the tender process is
not objective. If anything, the
adoption of the scoring system enhances the objectivity of the
process, because, in the event of
a challenge to the award of the
tender, the basis upon which the evaluation was undertaken emerges
clearly."
[33]
The KwaZulu-Natal Local Division, Durban considered the role that
functionality plays in evaluating
and awarding bids in
Wattpower
Solution CC and another v Transnet SOC Limited and another
.
[13]
Transnet argued in the Wattpower judgment that functionality and due
diligence are the same. The test for functionality as a test
for
responsiveness of bids involves a cursory glance at compliance, while
the due diligence exercise process followed in Wattpower
provides for
an in-depth assessment of capability. Could an organ of the state be
penalised before the final awarding of points
is made to conduct a
more thorough investigation, in order to satisfy itself with the
competence of the bidder to carry out the
works? As is the case in
this appeal, the bidders in Wattpower were given notice, in advance,
of the investigation or due diligence
that would be conducted in the
form of the inspection
in
loco
and
oral submissions. Transnet argued that s2(1)(f) of the PPPFA, read
together with the relevant regulations, clearly contemplates
that,
apart from the evaluation based on points and preference, an
objective assessment is provided to determine whether the preferred
(or highest scoring) bidders are capable of performing in terms of
the contract.
[14]
Transnet
argued that the objective criteria are not only applied in awarding
the contract but to determine the bidder's ability
to 'get the job
done'. Chetty, J, in Watt Power, stated at para [16] as follows:
'...Transnet submits
that the objective criteria it applied in not awarding the contract
to the applicant was essentially the applicant's
inability to "get
the job done". In this regard, see Rainbow Civils CC v Minister
of Transport and Public Works Western
Cape and Others (21158/2012)
{2013} ZAWCHC 3 (6 February 2013), para 109 where the court stated:
"Functionality as
it is variously defined in the Tender Document concerns the ability
of the tenderer to deliver what is required,
to meet the needs of the
tender, to deliver a service or commodity which is fit for purpose.
It is based on the objectively measurable
criteria of experience and
standing, capability and resources. As such, it has a direct bearing
on the question of whether a tender
is cost-effective, i.e. whether
it yields the best possible value for money. To my mind it is
self-evident that it is not cost
effective to award a tender to a
party who ticks the right boxes as regards price and preference, but
is unable to get the job
done properly - whether through lack of
experience, adequate personnel or financial resources ". '
[34]
In
Urban
Icon (Pty) Ltd Sourth Africa National Roads Agency Soc Ltd and
others
,
[15]
the Court had to decide on the question whether a state entity may
take into consideration the ability of a tenderer to deliver
on
several tenders simultaneously, despite having qualified and scored
the highest. Tolmay, J held that:
'[25] The PPPFA
Regulations define "functionality" as "the ability of
a tenderer to volume goods or services in accordance
with
specifications as set out in the tender documents". In terms of
regulation 5(5), a tender that fails to obtain the minimum
qualifying
score for functionality as indicated in the tender documents would
not be regarded as an acceptable tender. Regulation
5(7) provides
that each bid that obtained the minimum qualification score for
functionality must be evaluated further in terms
of price and the
preference point system and any objective criteria envisaged in
regulation 11. The objective criteria referred
to in regulation 11
are the objective criteria contemplated in section 2(1)(f) of the
PPPFA. SANRAL argued that it is clear from
the language and scheme of
the PPPFA and the applicable regulations that functionality is simply
a threshold assessment to determine
if a bidder has the minimum
attributes necessary to provide the services as specified in the
tender document. It was argued correctly
that an assessment into
functionality and an objective criteria assessment may consider
similar general topics, but the assessment
is not the same for three
reasons:
[25.1] The functionality
assessment occurs before the preference points assessment and the
objective criteria assessment occurs
after the preference point
assessment.
[25.2] The functionality
assessment is ordinarily a binary assessment of all timeously
submitted bids. The due diligence assessment
is an assessment of the
highest scoring bid vis-a-vis one or more other acceptable bids.
[25.3] The purpose of a
functionality assessment is to determine whether bids are acceptable
or not. The purpose of a due diligence
assessment is to determine
whether the tender should be awarded to a better other than the
highest scoring bidder.
[26] Urban Icon's
argument, on the other hand, is that, once it passed the binary
functionality assessment, SANRAL was obliged to
assess it in terms of
the 90/10 principle. Thereafter, it was not permissible to take into
consideration any other factor including
the factor that the tenderer
was to be appointed to deliver all 7 projects. Urban Icon's argument
basically is that, if such considerations
were relevant, they ought
to have been included in the tender documents. However, this position
loses sight of effect as it was
correctly argued by SANRAL that the
ability to deliver on a number of tenders cumulatively would not be
included in the subject
matter of each individual tender. I agree
that the consideration of the capacity and ability of a tenderer to
deliver on more than
one tender is a relevant and rational
consideration. The holistic approach argued for by SANRAL is both
rational and in accordance
with the applicable legislation. To ignore
the background and facts would be particularly shortsighted and could
have devastating
consequences for SANRAL and for the country. A
contextual approach is therefore called for, considering the ability
of a tender
to perform in seven tenders is, simultaneously, both
lawful and rational, even if the individual tenders did not make
provision
for such an eventuality.'
[35]
The facts in this appeal differ from those that served before the
court in the Urban Icon's matter.
The MEC employed functionality both
as a minimum requirement test to determine if bids were acceptable
and also objectively after
the bids that were deemed acceptable were
scored for price and BBEE. It would have been different if the bid
was awarded to Tullis,
but after that, due to a due diligence
exercise as employed in Urban Icon's, it was found that the tender
should not be awarded
to Tullis. The BEC conflated the functionality
assessment before the preference points assessment and the objective
criteria assessment
(if specified) that may occur after the
preference point assessment.
[36]
Therefore, the question to be answered in this appeal is how
objective the opinions are of the
members of the BAG who conducted
the site visits and participated in the submissions and discussions
with Amlazi and Tullis. How
did the reference site inspections
influence the decision-making rationale of the BAG? Did the BEG
divorce itself from the findings
of the three delegated BAG reference
site inspection delegations, as it proclaims it did? The answer to
these questions is found
in paragraph 1.14 of the BEG memorandum that
records the Tullis' deviation was evaluated based upon the
information gathered during
the reference site inspections
[16]
.
In the Watt Power matter, the unsuccessful tenderer argued that any
opinion expressed in such a process is subjective and inconsistent
with the requirements in s 2(1)(f). In
Minister
of Law and Order v Dempsey
,
[17]
the court held that the prerequisite of an opinion (in that case
dealing with an arrest and detention) was a subjective jurisdictional
fact. The tender lacks objective criteria for measuring fairly and in
a transparent manner bid specification deviations. The specification
fails to establish clear, objective criteria that distinguish between
major and minor deviations, which could lead to inconsistent
assessments.
[37]
Section 2(1)(f) of the PPPFA provides that, where a contract is to be
awarded to an entity other
than that which scored the highest points
in terms of s2(1)(f), such a decision must be based on objective
criteria. The objective
criteria must also be fleshed out in the
tender documents or in the invitation to tender. The failure to
stipulate such objective
criteria constitutes in itself an
irregularity.
[38]
In
Pelatona
Projects (Pty) Limited v Phokwane Municipality and 14 others
,
[18]
the court held that:
' ... Objective criteria
must, in my view, be discernible from the information made available
to the decision-maker. If this is
not the case, it would mean that
the decision-maker may look at criteria or information other than
that put before it. Such a decision
would detract from the fairness
of the process. It may well lead to subjective factors being taken
into consideration. It is well
known that, when subjective factors
walk in the door, rationality flies out the window. The objective
criteria justifying the awarding
of the tender to a tenderer other
than the one with the lowest tender should not cause the process to
lose the attributes of fairness,
transparency, competitiveness, and
cost effectiveness.'.
[19]
[39]
The importance of objective criteria was also recognised by Wallis,
JA in
South
African National Roads Agency Limited v Toll Collect Consortium
.
[20]
There may be tenders where the process is relatively mechanical.
However, the evaluation of many tenders, such as the one in this
appeal, is a complex process involving the consideration and weighing
of a number of diverse factors. The evaluator must decide
how to
weigh the different factors and determine their significance in
arriving at an appropriate weighted decision. The relevant
criteria
must be identifiable from the bid invitation or specification. The
evaluation process will be objective and fair if the
relevant
criteria can be identified.
[40]
The overriding principle that a decision-maker must act in accordance
with an "
ever-flexible duty to act fairly
" fairness
must be decided on the circumstances of each case. In particular
complex tenders, it may, therefore, be fair to
ask for clarification
or details required for evaluation; however, whatever is done may not
cause the process to lose the attributes
of fairness, objectivity,
transparency, competitiveness, and cost effectiveness.
WHAT
WAS TULLIS' PLEADED CASE IN ITS FOUNDING PAPERS IN THE REVIEW
APPLICATION?
[41]
It was argued on behalf of the MEC by Ms Pillay SC that Tullis failed
to plead in its founding
affidavit the ultimate true ground of appeal
relied upon by the Court
a quo
regarding functionality. The
judgment held, so the argument went, that Tullis' ground of review
was that, in the process of evaluation
of the bids, the MEC conflated
the acceptability of the bid with functionality.
[42]
It is trite that, in motion proceedings, the affidavits constitute
not only the evidence, but
also the pleadings. A party is accordingly
expected to allege the required facts and present evidence in support
thereof. The necessary
facts to prove the claim appear from the
founding affidavit and its supporting documents. Holding parties to
pleadings is not pedantry
in the words of Justice Jafta in the
minority judgment in
SATAWU
and another v Garvas and another
[21]
but an integral part of
the principle of legal certainty which is an element of the rule of
law, one of the values on which our
constitution is founded. However,
this contention by the MEC does not account for the following
factors.
[43]
In paragraphs 28 and 29 of the founding affidavit ,Tullis alleges
that the Bid was awarded despite
Tullis' tendered equipment and BBBEE
status being equivalent, and notwithstanding Tullis' price being
markedly superior to Amlazi.
Tullis further contended that no
objective criteria had been identified in the bid. Instead, the bid
itself specifically refers
to regulation 11 of the preferential
procurement regulations, reiterating that "the bidder obtaining
the highest number of
total points will be awarded the contract. The
only evaluation criteria governing the tender were preferential
procurement points
and price.
[44]
In the course of submissions in response to the point raised by the
MEC, Mr Maleka SC, who appeared
with Mr Scott on behalf of Tullis,
submitted that the issue of functionality was raised before the Court
of first instance and
was fully argued. Tullis' argument postulated
that the MEC's decision to evaluate the tender based on functionality
in the absence
of objective criteria was unlawful. The argument
before us, as did the judgment below, proceeded on the footing that
the issue
of functionality is directly related to the constitutional
principle of a fair and open procurement process. That being so, it
is trite, so the argument went, that the Court may raise such an
issue
mero moto
.
[45]
It should be further observed that the narrow approach favouring the
strict application of the
aforementioned principles is further
qualified on the basis that the Court has a wide discretion in
applications in which disputes
of fact arise to ensure that a just
and expeditious decision is reached in matters where an application
is brought before Court
in terms of Uniform Rule 53. Uniform Rule
53(4) expressly provides an applicant in review proceedings to
amplify its founding affidavit
upon receipt of the record. It would
be an oversimplification to find that the issue of functionality is
not fundamental to the
award of the tender in casu or was the pleaded
and argued case before the Court
a quo
and before us. It
follows from all these considerations that the judgment did not go
beyond the pleaded case and the Court was
entitled to review the
administrative decision of the MEC regarding the role of
functionality in awarding the bid.
DID
TULLIS IMPUGN THE TENDER CONDITIONS BASED ON THE VAGUENESS OF THE
TENDER CONDITION?
[46]
The Constitutional Court, in
Allpay
Consolidated v Chief Executive Officer, SASSA,
[22]
held that vagueness and
uncertainty are grounds for review under section 6(2)(i) of PAJA.
Clarity and certainty are directly related
to the rule of law and
just and fair administrative action. If tender specifications are
unclear or vague, it may render a procurement
process procedurally
unfair under s 6(2)(c) of PAJA. Every person is entitled to know the
case s/he must meet. This, in turn, requires
adequate and sufficient
information to enable a prospective tenderer to make bids that cover
all the requirements expected for
the successful award of the tender.
[47]
In this regard, the MEG argued with reason that Tullis did not raise
vagueness of the tender
specification as basis for the Court's
finding that the award should be reviewed and set aside.
[48]
The MEC relied heavily on the judgment by Rogers J (as he was then)
in
SMEC
South Africa (Pty) Ltd v City of Cape Town and others; SMC South
Africa (Pty) Ltd v City of Cape Town and others
,
[23]
in which it was correctly held that vagueness as a review ground
concerning the decision to issue tender invitations and their
terms
rather than with the decision made. It is the BEG and BAC's function
to evaluate the tenders in accordance with the tender
documents.
Tullis never mounted an attack against the tender specifications. It
is not alleged that the tender specifications by
late procurement
legislation are susceptible to judicial review. To the contrary,
Tullis' attack is against the fairness of the
procurement process
preceding the decision.
[24]
[49]
The aforementioned distinction between the vagueness of tender
specifications opposed to the
fairness of the administrative process
goes to the heart of the matter. Tullis argues that the tender
specifications are clear
that bids will be evaluated according to the
90/10 Procurement Preference Points System. The tender specifications
do not state,
in accordance with Regulation 5 of the Preferential
Procurement Regulations, 2017, that the tender will be evaluated on
functionality
and do not specify the evaluation criteria of measuring
functionality, the points for each criteria, or any sub criteria
and
the minimum qualifying score for functionality. The process
followed by the BEC and, in particular, conducting reference site
visits
and obtaining further information are undeniably related to
functionality. In the absence of clearly stated criteria with which
tenderers must comply and which the BEC members use in evaluating the
offers, the process could be rendered unjust. At issue is
not the bid
specifications, but rather the manner in which the BEC and BAC
evaluated the bids without clear objective criteria
and
specifications. This has a further consequence that, in the absence
of expressly stated criteria, uncertainty arises regarding
the value
to be attributed, if any, to deviations. This, in turn, further gives
rise to the next dispute to be decided.
THE
DIFFERENCE BETWEEN RESPONSIVE BIDS, DEVIATIONS, AND THE STAGE AT
WHICH THE FUNCTIONALITY INQUIRY WAS CONDUCTED
[50]
In SMEC, the BEC found that SMEC's bid was non-responsive, because
SMEC had proposed material
deviations from the advertised items. It
was thus not further evaluated on price and performance points. The
evaluation, therefore,
did not involve scoring for functionality but
prescribed minimum requirements relating to key personnel, support
staff, and the
like with which bidders had to comply in order to be
found responsive.
[25]
[51]
Tullis' bid was not
in casu
deemed to be non-responsive. It
was not disqualified along with the other two unsuccessful tenderers
in the initial evaluation
stage. In the SMEC matter, the tender
document stated expressly a "
test for responsiveness
"
listing what Rogers J described as the employers' undertakings in the
form of a series of injunctions.
[52]
In the comparison thereto, the bid specifications in this matter
provided in the pre-amble that
the bid would be evaluated on the
bidders' proven ability to provide the services, i.e. infrastructure,
technical an operational
capacity as well as the 90/10 Preferential
Procurement Points System, as specified in the bid document.
[53]
Paragraph 5 of the preamble expressly refers in this regard to the
attached form marked "WCBD6.1"
that is incorporated in the
tender specifications. Form WCBD6.1 bears the heading "
PREFERENCE
POINTS CLAIM FORM IN TERMS OF THE PREFERENTIAL PROCUREMENT
REGULATIONS 2017 CODES OF GOOD PRACTICE
".
The form serves as a claim form for preference points for Broad-Based
Black Economic Empowerment (BBBEE) Status Level
of contribution.
It does not contain objective criteria regarding functionality.
[26]
[54]
The preamble further states in paragraph 6 that the
'bid will be
awarded subject to the inspection of the premises by duly authorised
representatives of the Department. Subject to
a visit to the
manufacturers' premises (local or overseas) by three (3)
representatives of the Department ...
'
[55]
The procurement process is usually divided into two stages. The first
is a mandatory stage in
which bids are adjudicated for
responsiveness. The MEC argues in this regard that Tullis' bid was
unresponsive due to the 12 deviations,
11 of which were found to be
material. However, Tullis was not disqualified in the preliminary
mandatory evaluation of the bids,
as was the case with the other two
unsuccessful tenderers. There is no dispute that both Tullis and
Amlazi were evaluated in accordance
with paragraph 6 of the preamble
to the invitation to bid. This was despite the fact that the tender
specifications stated that
a bid will be awarded subject to the
inspection to be conducted as described aforesaid. The tender
specifications did not envisage
a 3-stage evaluation process
consisting of a mandatory evaluation, the awarding of points for
price and 8-BBEE and thirdly, functionality.
[56]
In SMEC, the Court draws a distinction between cases where the
tenders required functionality
to be evaluated. Not all tenders need
to invariably require functionality to be scored. The Court held:
'The fact that
functionality was not to be evaluated does not mean that
functionality in a more general sense was irrelevant. In
order to
ensure that competent services would be supplied, the Tender Terms
incorporated detailed eligibility requirements for
key personnel,
support resources, and track record. If a particular bidder met these
requirements and scored the most points for
price and preferential
procurement, residual functionality concerns could be addressed in
the risk analysis contemplated by clause
C.3.11.4, a component of
which was the tenderer's ability to fulfil its obligations.’
[27]
[57]
The relevant clause of the Tender Terms and SMEC differed vastly from
the bid's specifications
in this matter. In SMEC, the relevant clause
of the Tender Terms provided that
'The conclusions drawn from this
risk analysis will be used by the Employer in determining the
acceptability of the tender offer
...
'. In SMEC, the Tender Terms
expressly reserved the right that the employer only had to accept the
tendered offer if it does not
present material risk and that the
employer reserves the right to consider the mixed ranked tenderer.
[58]
SMEC held correctly that function remains an overriding requirement
of our procurement law founded
upon the requirements of the
Constitution. This does, however, not detract from competing
constitutional obligations regarding
certainty, clarity, the rule of
law and fair and open administrative processes and procurement.
[59]
The process used by the BEC and BAC fused the functionality
assessment regarding the acceptability
of Tullis' tender with
functionality as an overriding requirement. The manner in which they
dealt with Tullis' deviation resulted
in a subjective evaluation of
the information gathered by the BEC during the inspection
in loco
and other investigations. It is impossible to determine the objection
criteria used in this process, irrespective of whether the
conclusion
reached was accurate. The process was not objective, open, and fair.
[60]
Even if the MEC and BAC's finding that Tullis' bid should have been
held nonresponsive or unacceptable
at the first functionality enquiry
is correct, it does not enshrine the process with the
constitutionally mandated requirements
of fairness and openness. In
Allpay, the Constitutional Court held that a declaration of
invalidity should follow once a reliable
ground has been established.
The equitable remedy to be granted following such a finding requires
its own consideration.
THE
JUST AND EQUITABLE REMEDY GRANTED BY THE COURT
[61]
Once a finding of invalidity is made the effected decision or conduct
must be declared unlawful
and a just and equitable order must be
granted. At this stage the inevitability of a similar outcome, if the
decision is retaken,
may be one of the factors that will have to be
considered. Contracts concluded within the constitutional and
statutory procurement
framework are concluded not on behalf of the
state but in the public's interest. Accordingly, those most closely
associated with
the benefits of a contract must be given due weight.
The Constitutional Court held in
All
Pay
that
the interest of grant beneficiaries and, in particular, child grant
recipients in an uninterrupted grant system will play a
more major
role than the rights or expectations of an unsuccessful bidder.
[28]
[62]
In the exercise of the Court's remedial discretion, the nature of the
irregularity and the extent
to which circumstances have changed
during the intervening period are determining factors. If the
irregularity taints the entire
tender process, due to, for example,
the tender criteria being vague, a fresh tender process should be
run. Should the irregularity
relate to the manner in which the
decision was taken, there would normally be no reason why the
existing tenders cannot simply
be reconsidered, unless circumstances
have changed, and it is no longer appropriate to award the contract
based on the original
tender process.
[29]
[63]
It does not follow in all cases that, in deciding on a just and
equitable remedy despite the
declaration of invalidity, the Court
should set aside the contracts concluded pursuant thereto. This is,
however, a case-to-case-based
inquiry.
[30]
In deciding if the order is just and equitable, it should be
considered if it resulted in fairness to all implicated parties and
must account for all the relevant facts and circumstances. In most
instances, the Court will not be in as good a position as the
administrator to substitute its own decision for that which forms the
subject of the review. A further factor to be considered
in this
regard is delay. The Constitutional Court, in
Trencon
Construction
,
[31]
held that "
delay
can cut both ways
".
The inappropriateness of especially a substitution order may become
evident with the passing of time. However, delay occasioned
by the
litigation process should not easily cloud a Court's decision in
reaching a just and equitable remedy. The Appeal Court
should further
ordinarily base its decision on the facts that existed when the
original decision was made.
[64]
Nuku J held that the MEC did not disclose to the Court to what extent
the tender had been implemented.
The omission to provide this
information was explained in argument by Ms Pillay SC on behalf of
the MEC on the basis that the relevant
contracts and purchase orders
were not yet in existence at the time when the MEC's answering
affidavit was prepared. Mr Maleka
SC, however, correctly relied upon
the principle that officials such as the MEC may not be allowed to
avoid their constitutional
obligation to provide all the necessary
information that may be relevant to a Court in instances such as
this.
[32]
[65]
The Court
a quo's
order to suspend the declaration of
invalidity subject to the re-adjudication of the tenders should,
therefore, be judged against
the information available at the time.
The relief granted can thus not be faulted.
[66]
In light of the further evidence presented to the Court on appeal
that was admitted by agreement
between the parties, it has become
common cause that Amlazi has successfully installed all three laundry
lines. The MEC's submission
regarding irreparable financial prejudice
and, more importantly, the more than likely disruption of the
province's public healthcare
system carries more weight than Tullis'
rights. It would serve no purpose to commence the procurement process
afresh. The three
washing lines are installed, and there is no need
to replace them in approximately the next 15 to 20 years. Tullis
invited this
Court to engage the issue of compensation, but this does
not need to be dealt with since it was not ventilated in the
affidavits
or claimed as a relief. In appropriate circumstances, a
tenderer in Tullis's position is entitled to recover its lost profits
in
terms of PAJA. Where the state's misconduct is deliberate and
dishonest and where substitution or remittal is not a viable form
of
relief, circumstances may exceptionally require compensatory relief
to ensure a just and equitable result. The appropriate avenue
for a
claim for compensation for loss sustained for a breach of the
precepts of administrative justice is PAJA
[33]
.
However,
this is not the end of the inquiry into just and equitable relief. It
is common cause between the parties that Amlazi was
awarded a 3-year
maintenance contract as part of the successful tender. Although the
three laundry lines have been installed, the
maintenance contract is
ongoing. The Court had insufficient information before it to rule on
the consequences of a declaration
of invalidity on the maintenance
contract. The Appeal Court is in a similar position. In Allpay,
[34]
Justice Froneman held, regarding the appropriate remedy in that
matter, that:'
... Part of the
submissions dealt with the constitutional obligations that Cash
Paymaster may have to continue with the current
system even if the
tender award is set aside, until a new system is in place. These
considerations raise difficult factual and
legal issues. The
information currently before us is outdated and inadequate. It would
be inappropriate to make a decision on a
just and equitable remedy in
the absence of further information and argument on these issues.'
[67]
It is alleged by Tullis that Amlazi is the sole supplier of
Kenneglesser machinery in South Africa
and that the installation of
the three laundry lines entrenched Amlazi's right to the ensuing
maintenance contract.
[35]
While this may be true, the new equipment must be supported and
maintained under a comprehensive maintenance contract. The average
lifespan of some of the equipment may be twenty-five years, and the
initial maintenance agreement was for five years. To this end,
the
Court below suspended its declaration of invalidity of the contract
until the final conclusion of the procurement process that
was
remitted to the MEC "... in order to ensure the continuous
provision of service... ". A case is not made out to interfere
with the remedy granted by the Court below. Litigation is a
time-consuming process, especially when a matter is appealed, and the
appeal stands to be decided upon the facts known to the court below
at the time.
[36]
This court
cannot decide on the issue of compensation or order an enquiry into
Tullis' proclaimed losses under the current circumstances.
This is a
matter best left undecided for another court.
DID
THE MEC PRE-EMPT THE APPEAL?
[68]
Tullis' argument that the MEC pre-empted the appeal by readvertising
the third line should be
judged against the contextual background to
the application. At the time of the award, the provincial health
system was in dire
need of acquiring a modernised laundry system.
This need was of even greater importance, given the ongoing COVID
pandemic at the
time. The MEC was, therefore, faced with the
proverbial Hobson's choice. She had no real alternative but to
readvertise the third
laundry line. This in itself is not definitive
or a clear indication that the MEC does not take issue with the
judgment.
CONCLUSION
[69]
The appeal lies against the order of the Court and not its reasons.
For the reasons as set out
aforesaid and, in particular, given the
absence of objective criteria against which functionality could be
measured, the Court's
judgment cannot be faulted. The appeal stands
to be dismissed and costs on Scale C should follow the result. In the
premises I
propose the following order:
1.
The appeal is dismissed.
2.
The appellant is ordered to pay the costs of the appeal on Scale C.
pp
VAN DEN BERG AJ
I
agree
NZIWENI
J
I
agree
and
it is so ordered
ERASMUS
J
On
behalf of appellant
Adv
K Pillay SC
The State Attorney
Shakirah Chothia
4
th
Floor, 22 Long Street
Cape Town
Ref: 1747/20/P5
Email:
schothia@justice.gov.za
Email:
alschreuder@justice.gov.za
On
behalf of first respondent
Adv V Maleka SC
Adv T Scott
Smit Sewgoolam
Incorporated
12 Avonwold Road, Cnr Jan
Smuts Avenue
Saxonwold, Johannesburg
Ref: OCJ/LB/MAT38961
Email:
tiaan@smitsew.co.za
Email: lene@smitsew.co.za
C/o Macgregor Stanford
Kruger Inc
Per Karien Peens
Tel: (021) 421 3838
Level 5, Silo Square, V &
A Waterfront
Cape Town
Ref: G Bossr/6
On
behalf of second respondent
Amlazi Equipment Service (Pty)
Ltd
First Floor, The Office
Block 2
Berg Rivier Business Park
Driebergen Street,
Daljosaphat
Paarl, Cape Town
Email: dwr@amalazi.co.za
Email:
acc@albrechtmachinery.co.za
[1]
Clause 1.12 of the General Contract Conditions (GCC) defines
"functionality" as meaning ' ... the ability of a tenderer
to provide goods or service in accordance with specification as set
ouot in the tender documents'
[2]
BAC approval of recommendation para 1.3 to 1.6, dated 19 November
2020
[3]
Emphasis added with reference to para [17] hereunder
[4]
The second BEC memorandum recorded the following regarding
deviations of the bid specification:
Paragraph
3.3.4 of the bid specification, the second BEG memorandum recorded
that:
"A
drive chain that requires tension will needs (sic) special
maintenance in the long tenn. There have been challenges at
Tygerberg Central Laundry with the Tunnel Washer with a drive chain
that requires tension which has resulted in significant downtime
and
linen service backlogs. " Paragraph 3.5.4.b of the bid
specification, the second BEG memorandum recorded that: "This
can result in an increase in the colour run from one compartment to
another and can discolour and pennanently damage linen which
is
costly to replace. "
Paragraph
9.2.7 of the bid specification, the second BEG memorandum recorded
that: "There will be an increase in long-term
maintenance cost,
as too many mechanical systems in place. Engineering had to replace
similar tumble dryers previously due to
ongoing difficulties which
impacted on washing and drying ratios and tonnage throughput per day
at both Lentegeur and Tygerberg
laundries. The tunnel dryers in
question has (sic) been replaced with tumble dryers which are air
flow operated. "
Paragraph
13.2 of the bid specification, the second BEG memorandum recorded
that: "Cannot accept less than 3000 mm due to
different sheet
sizes which will result in tearing of sheets and increased
condemning of good linen. "
Paragraph
13.7 of the bid specification, the second BEG memorandum recorded
that: "The vacuum suction bar and upper spreading
bar is
required to enhance the equal movement of items such as sheets on
the ironers. This is important to positively impact
on linen ironing
throughput per laundry service shift. "
Paragraph
14.2.4 of the bid specification, the second BEG memorandum recorded
that: "It is important to lift rolls 400 mm
out of beds for
cleaning to prevent staining of linen and to promote efficient
servicing of ironing equipment. "
Paragraph
14.2.8 of the bid specification, the second BEG memorandum recorded
that: "Stainless steel is resistant to erosion
and subsequently
(sic) corrosion as a result of the high steam velocity. It also has
high strength in welding points by mating
same materials. Carbon is
not resistant erosion and subsequently (sic) corrosion as a result
of high steam velocity. It also
has low strength in welding points
by mating different materials. "
Paragraph
15.2. 7 of the bid specification, the second BEG memorandum recorded
that: "Non provision of coupling of the facility
for automatic
coupling of lanes 1.2 and 4 will result in clogging and negatively
impact on tonnage. "
Paragraph
16.2 of the bid specification, the second BEG memorandum recorded
that:
"Plastic
hooks are not heat resistant and corrode easily. It also changes in
fonn due to the heat and damages the automatic
sensors over a
long-tenn. This will increase the maintenance cost and down time of
the robo folder. "
Paragraph
16.3 of the bid specification, the second BEG memorandum recorded
that: "Tunnel finisher with 4 zones promotes
Health and Safety
for staff by positively impacting on the heating mechanisms and
reduces the risk of staff sustaining burn injuries.
It also reduces
creasing and improves the finishing of linen. "
Paragraph
18 of the bid specification, the second BEG memorandum recorded
that:
"A
drop type stacker has many mechanical systems which will increase
maintenance cost (sic) resulted in extended down time
in the event
of a breakdown. With the drop type stacker one linen item is dropped
onto the robo folder system whilst 5 linen
items are dropped onto
the folder system with a single lifting stacker. Efficiency and
throughput are improved with a single
lifting stacker."
[5]
2008 (2) SA 481
para 4
[6]
Section 1
[7]
(21158/2012)
[2013] ZAWCHC 3
(3 February 2013) para 109
[8]
[2016] ZAGPPHC 579 (21 June 2016)
[9]
2011 (4) SA406 (KZP)
[10]
2008 (6) 129 (CC)
[11]
(A48/2016)
[2016] ZAFSHC 159
(8 September 2016) para 40
[12]
2013 (6) SA 356 (SCA)
[13]
[2021] JOL 52070 (KZD)
[14]
Wattpower, ibid at [14] and [15]
[15]
2023 JDR 4841 (GP)
[16]
See paragraphs [15] and [17] above
[17]
1988 (3) SA 19
(A)
[18]
Unreported NCD judgment under Case No. 691/04, para 31 as referred
to in Q Civils Pty Ltd v Mangaung Metropolitan Municipality
and
Others (A48/2016)[2016] ZAFXHC 159 (8 September 2016) para 40
[19]
Watt Power at [24]
[20]
2013 (6) SA 356
(SCA) paras [20] - [21]
[21]
2013 (1) SA 83
(CC)
[22]
2014 (1) SA604 at 635 [87]
[23]
(8277/2021); 14097/2021
[2023] ZAWCHC 13
(23 Junie 2022)
[24]
SMEC at [91]
[25]
Ibid at [5]
[26]
Record, volume 10 of 19, pp 971 and further
[27]
SMEC
ebid at para [89]
[28]
All
Pay Consolidated v Chief Executive Officer, SASSA
2014 (1) SA 604
(CC) at
[56]
[29]
Norland
Construction (Pty) Ltd v Chris Hani Development Agency (SOC) Limited
and another
2024
JDR 0298 (ECMA) at [25] to [28]
[30]
Loliwe CC trading as Vusumzi Environmental Services v City of Cape
Town and others, case number 3791/2012
[31]
Trencon Construction v Industrial Development Corporation
2015 (5)
SA 245
(CC) at [51]
[32]
Trencon
ebid at [52]
[33]
Esorfranki Pipelines {Pty) Limited v Mopani District Municipality
2023 (2) SA 31
{CC) at [54] to [55]
[34]
Allpay Consolidated v Chief Executive Officer SASSA
2014 (1) SA 604
(CC)[96]
[35]
Par 38 of the MEC's supplementary affidavit on pp 152 in the
application to produce further evidence on appeal.
[36]
Trencon Construction v Industrial Development Corporation
2015 (5)
SA 245
(CC) [51] and [52
sino noindex
make_database footer start
Similar Cases
Member of the Executive Council for Local Government , Environmental Affairs and Development Planning , Western Cape Province and Others v Central Karoo District Municipality and Others (4567/2024) [2024] ZAWCHC 150 (3 June 2024)
[2024] ZAWCHC 150High Court of South Africa (Western Cape Division)100% similar
Member of the Executive Council for Local Government, Environmental Affairs and Development Planning, Western Cape Province v Knysna Municipality and Others (1345/2021 ; 1330/2021) [2024] ZAWCHC 167; [2024] 3 All SA 529 (WCC) (18 June 2024)
[2024] ZAWCHC 167High Court of South Africa (Western Cape Division)100% similar
Member of the Executive Council for Local Government, Environmental Affairs and Development and Development Planning, Western Cape Province v Knysna Municipality and Others (3488/2023; 4884/2023) [2023] ZAWCHC 133; [2023] 3 All SA 531 (WCC) (7 June 2023)
[2023] ZAWCHC 133High Court of South Africa (Western Cape Division)100% similar
South African Legal Practice Council v Beukman (17538/24) [2025] ZAWCHC 284 (11 July 2025)
[2025] ZAWCHC 284High Court of South Africa (Western Cape Division)99% similar
South African Legal Practice Council v Engelbrecht (23138/2023) [2025] ZAWCHC 468 (10 October 2025)
[2025] ZAWCHC 468High Court of South Africa (Western Cape Division)99% similar