Case Law[2025] ZAWCHC 79South Africa
Mpuzi Business Enterprise CC v Eskom Holdings Soc Ltd and Others (19716/2024) [2025] ZAWCHC 79 (5 March 2025)
High Court of South Africa (Western Cape Division)
5 March 2025
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 79
|
Noteup
|
LawCite
sino index
## Mpuzi Business Enterprise CC v Eskom Holdings Soc Ltd and Others (19716/2024) [2025] ZAWCHC 79 (5 March 2025)
Mpuzi Business Enterprise CC v Eskom Holdings Soc Ltd and Others (19716/2024) [2025] ZAWCHC 79 (5 March 2025)
Download original files
PDF format
RTF format
make_database: source=/home/saflii//raw/ZAWCHC/Data/2025_79.html
sino date 5 March 2025
# THE REPUBLIC OF SOUTH
AFRICA
THE REPUBLIC OF SOUTH
AFRICA
IN
THE HIGH COURT OF SOUTH AFRICA
(WESTERN
CAPE DIVISION, CAPE TOWN)
Case
No:
19716/2024
Before
the Hon. Justice Slingers
Hearing:
20 February 2025
Judgment
Delivered:
5 March 2025
In the matter between:
MPUZI
BUSINESS ENTERPRISE CC
Applicant
and
ESKOM
HOLDINGS SOC LTD
First
Respondent
BAZILOR
(PTY) LTD
Second
Respondent
HOUSE
OF NNYANE (PTY) LTD
Third
Respondent
JTB
GROUP (PTY) LTD
Fourth
Respondent
KOTANI
PROJECTS (PTY) LTD
Fifth
Respondent
SANDRA
CORPORATION (PTY) LTD
Sixth
Respondent
TINCOL
GROUP (PTY) LTD
Seventh
Respondent
WASTECH
INVESTMENTS (PTY) LTD
Eighth
Respondent
This judgment is handed
down electronically by circulation to the parties’ legal
representatives’ email addresses.
The date of hand-down
is deemed to be 5 March 2025.
JUDGMENT
SLINGERS
J
Introduction
[1]
During May 2024 the first respondent published an invitation to
tender
for the provision of vegetation management services on its
western grid lines in respect of tender number WCTX 1098SL
(‘the
tender’)
. The invitation for tender was part of the
first respondent’s vegetation management plan which it strives
to do as
economically as possible and without causing unnecessary
environmental damage and without impacting on the rights and
requirements
of the landowner and other interested and affected
parties. The tender was for a period of 5 years on a ‘
as
and when required’
basis.
[2]
The applicant submitted a bid in respect of the invitation to tender
but
was informed that it was unsuccessful and that the tender had
been awarded to other bidders.
[3]
In this application, the applicant seeks the following substantive
relief:
(a) the review and
setting aside of the first respondent’s decision taken on or
about 20 April 2024 to award tender
number WCTX 1098SL
(‘the
tender’)
to the second to eighth respondents
(‘the
successful tenderers’)
and not to include the applicant
amongst the successful tenderers; and
(b) substituting
the first respondent’s decision with a decision including the
applicant amongst the successful tenderers,
alternatively, remitting
the applicant’s bid in respect of the tender to the first
respondent for reconsideration.
[4]
During the hearing of the matter, advocate Quixley for the applicant
informed
the court that it no longer sought substitution of the first
respondent’s decision and that it would seek remission of the
tender for reconsideration, if successful.
[5]
The applicant relies on two principal grounds for the relief it
seeks.
Firstly, it avers that the first respondent deviated
from the prescribed procedure set out in the invitation for tender.
This rendered the decision awarding the tender irregular and
procedurally flawed. Secondly, it appears from the technical
evaluation report that bidder 44 failed to submit mandatory
documentation pertaining to first aid and firefighting. This
failure should have rendered bidder 44’s bid non-responsive
resulting in disqualification. However, instead of being
disqualified, bidder 44 was awarded the maximum score of 200 points.
This was irrational and compromised the legitimacy of
the tender
award.
[6]
The
application was only opposed by the first respondent whose answering
affidavit was deposed to by Ayanda Gcotyelwa Velani
(‘Velani’)
who is employed as a procurement manager for the Western Cape.
[1]
Velani signed off on the invitation to tender.
[7]
In awarding the tender, the first respondent followed a three-stage
process.
Stage one tested for responsiveness. In the
event that a bidder does not submit the mandatory documents at tender
closing,
it would be deemed non-responsive and disqualified from
progressing to the next stage.
[8]
Stage two tested compliance with the minimum functionality threshold
requirements.
Functionality was evaluated on a total weight of
a hundred percent, with a minimum threshold for vegetation management
areas being
86% for bush and tree clearing and 70% for substation
weeding and herbicide. A bid which failed to meet the minimum
threshold
for vegetation management would be disqualified from
progressing to the third stage.
[9]
Stage three entailed the process of weighted scoring. All
bidders
were awarded 80 points in respect of price as the bidders
were compelled to accept the mandatory standard rates. Bidders
were awarded points out of 20 in respect of specific goals.
[10]
At the end of all three stages the bidders would be ranked from
highest to lowest in accordance
with price (which was uniform in this
tender) and specific goals. In the event of a deadlock, the
bidder with the highest
points for specific goals would be awarded
the tender. In the event that two or more bidders scored the
same total points
in all respects, the tender would be awarded by the
drawing of lots.
[11]
The applicant and the first respondent
(‘the parties’)
adopted different interpretations of the phrase ‘
in all
respects’
The meaning ascribed to
in all respects
is
material as it determines eligibility to participate in the deadlock
breaking mechanism of drawing lots. The applicant
submits that
it includes functionality, price and specific goals whereas the first
respondent submits that it excludes functionality
and only includes
price and specific goals.
[12]
I turn firstly to the applicant’s challenge in respect of
bidder 44.
Bidder
44
[13]
Sixty bids were received in response to the invitation for tender
with twenty-eight bidders
passing the technical evaluation and
progressing to the third stage. One tenderer submitted
documentation with the incorrect
tender and number and documentation
and was immediately disqualified.
[14]
The
twenty-eight bidders were shortlisted for potential appointment, with
nine bidders being awarded a total score of 200.
Bidder 44 was
amongst the nine bidders who achieved this score and was deemed
eligible to participate in the deadlock breaking
mechanism of drawing
lots which took place on 16 November 2023.
[2]
[15]
The following appear from the technical tender evaluation report:
(i)
the bid enquiry was a formal tender document;
(ii)
there were gatekeeper returnables, i.e., failure to submit gatekeeper
returnables automatically resulted in the tenderer failing;
(iii)
the basis of the evaluation was transparent to all suppliers;
(iv)
the applicant passed the technical criteria gatekeepers and achieved
a score
of 200;
(v)
aside from the applicant, 9 other tenderers passed the technical
criteria
gatekeepers and achieved a score of 200; and
(vi)
it was commented in respect of bidder 44, who obtained a score of
200, that:
‘
...docs found.
Supervisors for Substations don’t have first aid and fire
fighting on file.’
[16]
The invitation to tender prescribes that the bidder’s team
leader / supervisor should
have training certificates for
firefighting and first aid level 1 and 2. It goes on to state
that:
‘
N.B.: A
tenderer that does not submit mandatory documents required above
(the
training certificates)
and at tender closing as stipulated in the
tender returnable on this ITT will be deemed non-responsive.’
[17]
The applicant argues that as bidder 44 failed to submit the mandatory
documents it was
irrational to award it the 200 points and that doing
so compromised the legitimacy of awarding the tender.
[18]
In responding to the allegations pertaining to bidder 44, the first
respondent explained
that:
(i)
the note that ‘
Supervisors for Substations don’t have
first aid and firefighting on file’
was recorded by a
member of the bid committee;
(ii)
the note ‘
docs found’
was a subsequent annotation
made;
(iii)
the first aid and firefighting documents
(‘the requisite
documents’)
were placed in a separate folder and not in the
mandatory requirements folder;
(iv)
the requisite documents were found as a result of a thorough sweep of
bidder
44’s documents; and
(v)
the requisite documents were submitted in the Health and Safety
folder.
[19]
Emile Adams
(‘Adams’)
, an adult male who is
employed by NTCSA as its engineer in the high voltage plant
department for the Western Cape deposed to a
confirmatory affidavit
to Velani. He states:
‘
3.
I have read the affidavit of Ms Ayanda Gcotyelwa Velani, dated 13
December 2024.
I confirm the contents thereof in so far as they
relate to me, more particularly paragraphs 33 and 34.
4.
More specifically, I confirm that I found the missing supervisor
fire-fighting
and first aid certificates in relation to bidder 44.
I furthermore was the person that added the subsequent note “docs
found” in the Technical Tender Evaluation Report. I
therefore confirm and corroborate the contents of paragraph 33
and
34.’
[20]
Paragraphs 33 and 34 of the answering affidavit state:
‘
33.
Annexure SA1 of the applicant’s supplementary affidavit is
Eskom’s Technical Tender
Evaluation Report
(“Technical
Report”)
.
At page 12 of the Technical
Report an initial note is recorded by a member of the bid committee
in relation to bidder 44 –
the note states that “Supervisors
for Substations don’t have first aid and firefighting on
file”. This
note refers to the necessary first aid and
firefighting certificates required for Technical Mandatory
requirements.
34.
A subsequent note, above this note, states “docs found”.
The reason for
this note is that the certificates were placed in a
separate folder in the bidders file and not under the mandatory
requirements
folder. Only through a further sweep of bidder
44’s bid documents was it discovered that the documents were
submitted
in the Health and Safety Folder. Accordingly, the
subsequent note “docs found” was recorded in the
Technical
Report.’
[21]
It is clear from reading the confirmatory affidavit of Adams together
with paragraphs 33
and 34 of the answering affidavit that:
(a) Adams made the
note ‘
docs found’,
he did not make the note
recording the absence of the requisite documents;
(b) a member of the
bid committee made the note recording the absence of the requisite
documents;
(c) neither Adams
nor Velani allege that Adams is a member of the bid committee.
[22]
Neither Adams nor Velani explain or address:
(i)
why Adams performed a further sweep of bidder 44’s documents;
(ii)
what role, if any, Adams played in respect of receiving and/or
evaluating
the bids received;
(iii)
at what stage of the tender award process Adams performed the further
sweep
of bidder 44’s documents; and
(iv)
whether the further sweep of bidder 44’s documents were part of
a process
applied uniformly to all bids received.
[23]
Therefore, on the papers filed on record the awarding of 200 points
to bidder 44 did not
occur in a fair or transparent manner and was,
therefore, contrary to section 217(1) of the Constitution. The
award of 200
points to bidder 44 was procedurally irregular,
irrational and compromised the legitimacy of the tender award
process.
[24]
The award of the tender stands to be reviewed and set aside on this
ground alone.
[25]
I turn now to the interpretation of the phrase
in all respects
.
Interpreting
the phrase ‘
in all respects’
[26]
Section 217
of the Constitution is the starting point in this interpretative
exercise as it sets out the minimum requirements for
a valid tender
process and for contracts concluded following an award of a tender to
a successful bidder.
[3]
Section 217 is headed ‘
Procurement’
and
provides that:
‘
(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 or 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 or advancement of persons, or categories of persons,
disadvantaged by unfair discrimination.
(3) National
legislation must prescribe a framework within the policy referred to
in subsection (2) must be implemented.
[27]
This was
recognised in
Minister
of Finance v Afribusiness NPC
[4]
where the court held:
‘
As
stated above, it is a settled principle of our law that legislation
must be read in a manner that is consistent with the Constitution.
This means that s2 of the Procurement Act, and indeed the entire Act,
must be read with s 217, especially because they share a
constitutional bond envisaged in s 217(3). ’
[28]
The
applicable interpretative principles were summarised in
Capitec
Bank Holdings Limited and Another v Coral Lagoon Investment 194 (Pty)
Ltd and Others
[5]
with the court stating
:
‘
It is the
language used, understood in the context in which it is used, and
having regard to the purpose of the provision that constitutes
the
unitary exercise of interpretation. I would only add that the
triad of text, context and purpose should not be used in
a mechanical
fashion. It is the relationship between the words used, the
concepts expressed by those words and the place
of the contested
provision within the scheme of the agreement (or instrument) as a
whole that constitutes the enterprise by recourse
to which a coherent
and salient interpretation is determined.’
[29]
Furthermore, it is trite that interpretation is an objective process
in which a sensible
meaning is to be preferred to one that leads to
insensible or unbusinesslike results or undermines the apparent
purpose of the
document.
[30]
The tender
was evaluated based on the ability of the bidder to provide the
services for which the invite to tender was issued.
[6]
Paragraph 3.13 of the invitation to tender set out the functionality
requirements and provided that:
‘
Functionality
requirements
are applicable
Functionality will be
evaluated on a total weight of 100% with a minimum threshold for each
of the vegetation management areas as
follows:
1.
Bush clearing and tree clearing -86%
2.
Substation weeding and herbicide – 70%
Failure by the
tenderer to meet the above minimum threshold will lead to
disqualification.’
[31]
The invitation to tender states further that the prices of the
response to tender will
be on a preference point system of (80/20).
Furthermore, all tenderers would be allocated a score of 80 points on
price as
the price rate for the contract was standard.
[32]
Paragraph 3.18 is described as
Ranking of tenders.
The process
is headed PPFA and Preference Points. The invitation to tender
provided that bidders would be ranked based on
their scores as per
PPPFA scoring. After scoring the bidders points for specific
goals which was out of 20, the first respondent
would add these
points to the points allocated for pricing to rank the bidders from
the highest to the lowest in terms of this
combined score.
[33]
The
deadlock breaking mechanism would be employed when two or more
bidders scored the same number of points. In terms of the
deadlock breaking mechanism, if two or more bidders scored an equal
number of points then the tender would be awarded to the bidder
that
scored the highest points for specific goals. However, if two
or more bidders scored an equal number of points in all
respects,
then the bid would be awarded by the drawing of lots. Paragraph
3.18 of the invitation to tender echoes regulation
8 of the
Preferential Procurement Regulations 2022 which is applicable to the
tender.
[7]
[34]
The first respondent interpreted the phrase
in
all respects
to refer only the
points awarded in the third stage of the tender process, i.e. points
awarded for price and specific goals.
Thus, points awarded for
functionality would not be considered. On this interpretation, bidder
44 was eligible to participate in
the drawing of lots and the
applicant was not.
[35]
The applicant adopted a different approach and
interpreted the phrase to include points for functionality, price and
specific goals.
On this interpretation, the applicant would
have qualified to participate in the drawing of lots.
[36]
Adv Mokale for the first respondent referred the court to various
authorities limiting
the role of functionality as a qualification
(and not an award) criteria and/or as an additional objective factor
within the context
of section 2(1)(f) of the Procurement Act. The
present case is distinguishable as it does not pertain to the award
of a tender
per se
nor to the situation envisaged by section
2(1)(f) of the Procurement Act.
[37]
As set out above, in stage 3 of the tender process all the bidders
were awarded the same
points for price with the points for specific
goals being the only variable. On the first respondent’s
interpretation,
the deadlock mechanism would apply as follows in
respect of this tender:
(i)
bidders were ranked in terms of the cumulative points awarded
for
price and specific goals;
(ii)
as there were two or more bidders who received the same points, the
tender
had to be awarded to the bidder who scored the most points in
respect of specific goals. However, as a result of the points
allocated for specific goals being the only variable, the position
would remain unchanged irrespective of whether or not the award
of
tender was done on the basis of points for specific goals only or on
the basis of points awarded cumulatively for both price
and specific
goals;
(iii)
thus, as soon as two or more bidders obtained the same points at the
end of
stage 3, the award of the tender would automatically progress
to the drawing of lots. In the circumstances of this tender,
a
referral to points for specific points upon a deadlock being reached
served no purpose and was superfluous.
[38]
The first respondent argued that its interpretation was the correct
one as it would ensure
that new entrants, particularly smaller
enterprises could be accommodated in the industry. However, no
factual basis was
presented in support of this submission.
[39]
On the first respondent’s interpretation the phrase
in all
respects
would simply mean specific goals. This
interpretation is inconsistent with the language used both in the
tender invite and
in the procurement regulation 8 of 2022 as it did
does not refer to specific goals but to
in all respects
.
[40]
Furthermore, the first respondent’s interpretation is not
consistent with the objectives
of section 217 of the Constitution as
it did not award the tender in a competitive and cost-effective
manner. Furthermore,
it is also inconsistent with the first
respondent’s own vegetation management plan which strives to be
economical.
[41]
Taking
functionality into account during the second stage of the deadlock
breaking mechanism would make the tender process more
competitive and
would ensure that the successful bidder would also be able to perform
and meet the needs of the first respondent.
It would ensure
that the award of the tender resulted in the best possible value for
money being achieved.
[8]
This yields a sensible and commercially sound result.
[42]
If the phrase
in all respects
includes functionality and not
only price and specific goals, it would avoid the superfluous role
assigned to specific goals in
the first stage of the deadlock
breaking mechanism. This interpretation would also be
consistent with the objective sought
to be achieved by the deadlock
breaking mechanism. Furthermore, it would also further the
first respondent’s objective
of implementing its vegetation
management plan in an economical manner.
[43]
In the
circumstances, I am in agreement with the applicant’s
submission that the first respondent’s interpretation is
inconsistent with the plain language of the phrase
in
all respects
as
used in the invitation to tender and regulation 8 of the 2022
regulations as well as with the objectives of section 217 of the
Constitution.
[9]
[44]
Therefore, after considering the legal principles and factual
context, I am of the view
that the phrase
in all respects
as
used in the deadlock breaking mechanism in the invitation to tender
refers to functionality, pricing and specific goals.
[45]
As the first respondent applied the incorrect interpretation of the
phrase
in all respects,
it failed to comply with the deadlock
mechanism set out in the invitation to tender as well as regulation 8
of the 2022 regulations.
It failed also failed to consider
functionality, which was a relevant consideration when it implemented
the deadlock breaking
mechanism. This rendered the award of the
tender irregular and unlawful. Consequently, the award of the
tender stands
to be reviewed and set aside.
[46]
Therefore, I make the following order:
(i)
the award of tender with tender number WCTX1098SL to the second
to
eighth respondents is reviewed and set aside;
(ii)
the award of the tender with tender number WCTX1098SL is remitted to
the first respondent for reconsideration;
(iii)
the costs occasioned by the postponement on 20 February 2025 shall be
borne
by the applicant and shall be costs on scale B;
(iv)
save for the costs set out in paragraph (iii) above, the costs of the
application
shall be borne by the first respondent on scale B.
Slingers,
J
[1]
Velani is employed by NTCSA who, since 1 July 2024, is the successor
of the first respondent.
[2]
This
is on the first respondent’s interpretation of the phrase.
[3]
Millenium
Waste Management (Pty) Ltd v Chairperson of the Tender Board Limpopo
Province and Others
2008
(2) SA 481 (SCA)
[4]
2022
(4) SA 362
(CC) at paragraph 76
[5]
2022
(1) SA 100 (SCA)
[6]
Para
4 of the Technical Tender Evaluation Report, page 50
[7]
Regulation
8 reads as follows: ‘
8
Criteria for breaking deadlock in scoring
(1)
If two or more tenderers score an
equal total number of points, the contract must be awarded to the
tenderer that scored the highest
points for specific goals.
(2)
If two or more tenderers score
equal total points in all respects, the award must be decided by the
drawing of lots.’
[8]
Rainbow
Civis CC v Minister of Transport and Public Works, Western Cape and
others
(21158/2012)
[2013] ZAWCHC 3
(3 February 2013)
[9]
Paragraph
40 of the applicant’s heads of argument
sino noindex
make_database footer start
Similar Cases
Business Partners Limited v Companies and Intellectual Properties Commission of South Africa and Others (14388/2024) [2024] ZAWCHC 402 (29 November 2024)
[2024] ZAWCHC 402High Court of South Africa (Western Cape Division)98% similar
Imvusa Trading 1581 BK v Oudtshoorn Municipality (1708/2017) [2022] ZAWCHC 211 (20 October 2022)
[2022] ZAWCHC 211High Court of South Africa (Western Cape Division)98% similar
TMT Services and Supplies (Proprietary) Ltd t/a Traffic Management Technologies v City of Matlosana and Another (21070/2024) [2025] ZAWCHC 582 (10 December 2025)
[2025] ZAWCHC 582High Court of South Africa (Western Cape Division)98% 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)98% similar
TMT Services & Supplies (Pty) Ltd v City of Johannesburg Metropolitan Municipality and Another (1365/23) [2024] ZAWCHC 93 (27 March 2024)
[2024] ZAWCHC 93High Court of South Africa (Western Cape Division)98% similar